The RFP Database
New business relationships start here

Firematic / Rescue Supplies


New York, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT
This is a Sources Sought Notice ONLY. The U.S. Government desires to procure A Blanket Purchase Agreement for various firefighting and rescue supplies on a repetitive basis at West Point, NY in accordance on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 339113 - Surgical Appliance and Supplies Manufacturing, size standard is 750 employees.


A need is anticipated to procure various firefighting and rescue supplies on a repetitive basis. There is a current contract in place, but it expires 20 May 2017.


The specific supply items being considered for this requirement fall into 14 categories as follows:

i. Gloves (structural, extrication).
ii. Firefighting boots.
iii. Wildland personal protective equipment.
iv. Wildland hose and related supplies.
v. Rope rescue equipment/supplies.
vi. Water rescue equipment/supplies (swift water, lake, ice, sub-service).
vii. Tools (hand, pneumatic, battery, electric) and related accessories.
viii. Hose related equipment such as nozzles, fittings, appliances and adaptors.
ix. Lights (hand, portable and mounted).
x. Saws (chain/rotary/rescue) and related equipment.
xi. Hydrant tools/bags and related equipment.
xii. Mounting hardware for tools.


xiii. Hazardous material items (calibration gas, meter sensors, mitigation supplies and decontamination supplies).
xiv. Personal Protective Equipment (Nomex Hoods, Eye Protection, harnesses, etc.).


The US Military Academy, West Point, NY will use the information submitted to determine which vendors it would award a BPA to. The intention of the Government is to award a minimum of two (2) and a maximum of three (3) BPAs which would remain in place for a three (3) year period. This notice will be the only means of soliciting vendors for this requirement and there will not be a separate Request for Quotes/Proposal issued. All interested vendors are required to be registered in the System for Award Management (SAM)


In response to this sources sought, please provide:


1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.


2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.


3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.


4. Information to help determine if the requirement for firefighting and rescue supplies is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.


5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.


6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Jarrett Baker, at Jarrett.J.Baker2.civ@mail.mil 845-938-2968, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.


Jarrett J. Baker, Purchasing Agent, Phone 8459382968, Email jarrett.j.baker2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP