united states embassy kyiv, ukraine · united states embassy kyiv, ukraine supply and delivery of...
TRANSCRIPT
COMBINED SYNOPSIS & SOLICITATION
United States Embassy Kyiv, Ukraine
Supply and delivery of Breaching Equipment
SOLICITATION NO. 19GE5020Q0030
Issued by: American Consulate General
Regional Procurement Support Office Giessener Strasse 30 60435 Frankfurt am Main
Germany
Page 2 of 16
June 3, 2020
Combined Synopsis and Solicitation
Solicitation Number 19GE5020Q0030
The American Consulate General Frankfurt hereby provides the following Combined Synopsis
and Solicitation for:
Supply and delivery of Breaching Equipment – Brand Name or Equal for the U.S. Embassy
Kyiv, Ukraine on behalf of the Bureau of International Narcotics and Law Enforcement Affairs
(INL) Kyiv, Ukraine. All interested sellers shall review the attached pages of this solicitation and
offer equipment in accordance with the specification provided in this document.
The evaluation of offers will be based on the Lowest-Priced, Technically Acceptable (LPTA)
approach. It is the offeror’s responsibility to prove that the equipment it is offering meets or
exceeds the requested specifications.
Synopsis:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format in FAR Subpart 12.6, as supplemented with additional information included in this notice.
This announcement constitutes the only solicitation; offers are being requested and a written
solicitation will not be issued. The solicitation number is 19GE5020Q0030 and is issued as a
Request for Quotations (RFQ), unless otherwise indicated herein. The solicitation document and
incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC
2020-06, effective May 6, 2020.
Contract Type:
The Government intends to award a single, firm fixed-price contract to the responsible offeror
whose offer is evaluated as the lowest-priced and technically acceptable. The total price shall
include all labor, equipment, delivery charges, materials, overhead, profit, insurance, warranty,
US CONSULATE GENERAL
Regional Procurement Support Office
Giessener Strasse 30
60435 Frankfurt am Main
Germany
Tel: (49) 69 7535 3313
E-mail: [email protected]
Page 3 of 16
customs clearance, and all other expenses necessary to deliver the required supplies. No
additional sums will be payable on account of any escalations in the cost of materials,
equipment, or labor, or because of the Contractor’s failure to properly estimate or accurately
predict the cost or difficulty of achieving the results required by this contract. Nor will the
contract price be adjusted on account of fluctuations in currency exchange rates.
Term of Contract:
This ensuing contract shall be effective from the date of the Contracting Officer’s signature and
shall remain valid until all items are received and accepted by the Government.
Compliance with Specifications:
Offerors shall also provide with their offer, at a minimum, existing product literature
substantiating the acceptability of their offered product in accordance with this solicitation’s
specifications provided in the solicitation. Failure to provide this information will result in a
‘non- responsive’ offer and removal from award consideration.
Descriptive Literature Required:
Definition: (a) "Descriptive literature" means information (e.g., cuts, illustrations, drawings and
original manufacturers' brochures) that is submitted as part of an offer. Descriptive literature is
required to establish, for the purpose of evaluation and award, details of the product offered that
are specified elsewhere in the solicitation and pertain to significant elements such as (1) design;
(2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture,
assembly, construction, or operation. The term includes only information required to determine
the technical acceptability of the offered product. It does not include other information such as
that used in determining the responsibility of a prospective contractor or for operating or
maintaining equipment. (b) Descriptive literature must be (1) identified to show the item(s) of
the offer to which it applies and (2) received by the time specified in this solicitation for receipt
of offers. (c) Data displaying more than one model or size shall be clearly marked so as to
indicate the specific item being offered. (d) Offers which do not present sufficient information to
permit complete technical evaluation by the Government may be rejected. It is the offeror’s
responsibility to prove that their proposed solution meets the requested specifications, subject to
any limitations elsewhere in this solicitation.
Other Specific Requirements:
All manuals and literature shall be in the English language.
Page 4 of 16
Basis of Price:
The price of all items shall include their transportation f.o.b. destination to the designated
delivery point in accordance with FAR 52.247-34. All or Nothing: The Government is allowing
complete offers for all items. Offers failing to meet this condition may be rejected.
Warranty, Repair and Maintenance
The Contractor shall provide a copy of standard warranty information unless indicated otherwise.
The warranty applies as of the date the items are received and accepted at the delivery location.
The price for warranty shall be included in the price for each item.
The Contractor shall also have maintenance and repair service capabilities available in Ukraine.
Delivery:
Delivery shall be made f.o.b. destination as soon as possible but not later than sixty (60) days
from the date of contract award.
Delivery shall be made to Kyiv, Ukraine, exact address will be advised at the time of award.
Partial delivery is not acceptable.
Marking:
The cargo must be clearly marked with the requisition and purchase order number (to be advised
on award)
Condition of Delivered Equipment:
Only new supplies are authorized; no grey market or refurbished products. All items must be in
original packaging, never used, and not altered in any way.
Page 5 of 16
APPLICABLE CLAUSES AND PROVISIONS
The selected Offeror must comply with the following commercial item terms and conditions,
which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -
Commercial Items applies to this acquisition; FAR 52.212-3 - Offeror Representations and
Certifications - Commercial Items – to be completed with other certifications and submitted with
the offer; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.204-7, 52.204-
13, 52.204-16, 52.204-18. 52.203-18, 52.211-6, 52.232-40, 52.247-34, 52.225-17, DOSARS
652.232-70; 652.242-73; 652.243-70; 652.247-70.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items - the applicable clauses under paragraph (b) are: 52.222-19, 52.222-
50, 52.223-18, 52.225-13, 52.232-33.
Addendum to FAR 52.212-4 Contract Terms and Conditions – Commercial Items
(Deviation 2017-02)
The whistleblower protection of 41 U.S.C 4712 has been removed from paragraph (r) of FAR
clause 52.212-4. The following revised paragraph applies:
(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply
with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain
Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37,
Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 10 U.S.C. 2409
relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21
relating to procurement integrity.
(End of Clause)
The full text of the referenced FAR and DOSAR clauses may be accessed electronically at
https://www.acquisition.gov/content/regulations.
The following and provision(s) are provided in full text:
Addendum to 52.212-2 Evaluation – Commercial Items (Oct 2014)
The Government will award a contract resulting from this solicitation to the responsible offeror
(as determined within the meaning of FAR Part 9, paragraph 9.104), whose offer conforms to the
solicitation and is determined to be the most advantageous solution to the Government, price and
other factors considered. Evaluation will be based on offeror’s submission and the provision at
FAR 52.212-2, as provided in this solicitation.
Page 6 of 16
The Government reserves the right to award without any discussions. The following factors shall
be used to evaluate offers:
(a) The following factors shall be used to evaluate offers:
(i) Price
The price will be evaluated by the lowest aggregate sum of the items including any
delivery charges, custom clearance, handling charge, Value Added Tax (if applicable)
etc.
(ii) Technical Capability/Acceptability
Technical capability is equal to price.
(b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the
successful offeror within the time for acceptance specified in the offer, shall result in a binding
contract without further action by either party. Before the offer’s specified expiration time, the
Government may accept an offer (or part of an offer), whether or not there are negotiations after
its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
52.214-34 Submission of Offers in the English Language (Apr 1991)
Offers submitted in response to this solicitation shall be in the English language. Offers received
in other than English shall be rejected.
(End of Provision)
52.217-5 – EVALUATION OF OPTIONS (JUL 1990)
The Government will evaluate offers for award purposes by adding the total price for all options
to the total price for the basic requirement. Evaluation of options will not obligate the
Government to exercise the option(s).
(End of Provision)
Addendum to FAR 52.212-1 Instruction to Offerors – Commercial Items (Oct 2018)
Pursuant to FAR 12.302(d), the provision at FAR 52.212-1, Instruction to Offerors –
Commercial Items (Oct 2018) is augmented as follows:
Page 7 of 16
1) The period of acceptance of offers is herewith changed to sixty (60) calendar days.
2) Preparation of Offers - Offerors shall prepare and submit its offer in two (2) volumes as
set forth below.
VOLUME I:
1. PRICING
The offeror shall complete the tables below:
BASE REQUIREMENT
Line
Item
Description Unit
of
Issue
Quantity Unit Cost Total Cost
0001 Mechanical Breaching Kit
5.11 Tactical Heavy Breaching Kit or
equal
Each 10
0002 Hydraulic Tactical Door Opener Set
HOLMATRO Door Opener HDO
100ST or equal (with 720 bars working
pressure designed to use on inward
opening doors with single lock
devices)
Each 5
0003 Tactical Combi Tool (spreader-
cutter-squeezer)
HOLMATRO Combi Tool GCT5117
ST EVO 3 or equal (with 720 working
bars working pressure)
Each 10
0004 Rescue Saw on Gasoline Drive and
with Universal Diamond Blade
Husqvarna K970 Rescue with FR-3
rescue blade or equal
Each 5
0005 Halligan Crowbar
Fire Hooks Unlimited WIDE-ADZ Pro
Bar Halligan Forcible Entry Tool , 30”
or equal
Each 19
0006 Value Added Tax (if applicable)
Lot 1
0007 Delivery charges F.O.B.
Destination Kviv, Ukraine
Lot 1
Page 8 of 16
Line
Item
Description Unit
of
Issue
Quantity Unit Cost Total Cost
TOTAL--FIRM-FIXED PRICE:
OPTION
After evaluation and assessment of operational benefits and performance of delivered items, an
option may be exercised. The requirements of the items will remain the same; however the exact
quantity needed during the renewal option will be confirmed once the decision to exercise the
option is made.
This option might be exercised within one year after the delivery of the base requirement in form
of a contract modification.
Optional items shall be identical to the items offered and delivered under the Base requirement.
The minimum quantity that will be ordered is 0 (zero) per line item, the maximum quantity
ordered will be fifteen (15) per line item.
A price quote for the shipping cost shall be requested from the offeror at the time the option will
be exercised, as the quantity of ordered items is unknown.
For evaluation purposes the offeror shall state the item prices for the option below.
OPTIONAL REQUIREMENT
Line
Item
Description Unit
of
Issue
Quantity Unit Cost Total Cost
1001 Mechanical Breaching Kit
5.11 Tactical Heavy Breaching Kit or
equal
Each 1
1002 Hydraulic Tactical Door Opener Set
HOLMATRO Door Opener HDO
100ST or equal (with 720 bars working
pressure designed to use on inward
opening doors with single lock
devices)
Each 1
Page 9 of 16
Line
Item
Description Unit
of
Issue
Quantity Unit Cost Total Cost
1003 Tactical Combi Tool (spreader-
cutter-squeezer)
HOLMATRO Combi Tool GCT5117
ST EVO 3 or equal (with 720 working
bars working pressure)
Each 1
1004 Rescue Saw on Gasoline Drive and
with Universal Diamond Blade
Husqvarna K970 Rescue with FR-3
rescue blade or equal
Each 1
1005 Halligan Crowbar
Fire Hooks Unlimited WIDE-ADZ Pro
Bar Halligan Forcible Entry Tool , 30”
or equal
Each 1
Total Base Requirement
Total Optional Requirement (for evaluation purposes
only)
GRAND TOTAL
Currency:
(i) 52.212-3 Offeror Representations and Certifications—Commercial Items (Oct 2018)
Offeror Representations and Certifications - Commercial Items - the selected offeror must submit
a completed copy of the listed representations and certifications. A completed copy of these
provisions MUST be included on the System for Award Management (SAM) web site located
at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and
certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this
provision.
Page 10 of 16
VOLUME II:
1. TECHNICAL CAPABILITY
The proposed supplies shall meet all of the minimum technical specifications and the delivery
terms contained herein. In addition, the offeror shall provide:
(A) Descriptive Literature.
(B) A delivery confirmation providing delivery within sixty (60) calendar days of award
to the Bureau of International Narcotics and Law Enforcement Affairs, Kyiv ,
Ukraine.
(C) Warranty provisions: Standard warranty is implied and shall be included in the
contract price.
(D) Technical Compliance Matrix:
REQURED SPECIFICATION OFFERERED SPECIFICATIONS (TO BE
COMPLETED BY OFFERORS)
001 MECHANICAL BREACHING KIT
equals to 5.11 Tactical Heavy Breaching
Kit (BRAND NAME or EQUAL)
Specifications:
High performance breaching kit for response
teams
Max height: 37";
Max loaded weight, distributed evenly
through backpack: 52 lbs
The Kits includes:
steel-framed backpack and four breaching
tools at a minimum: multi-breacher, mini-
ram, multi-pry, and edge bender
1) Backpack:
Consists of a steel reinforced frame, durable
1050D nylon, and 400-lb. load-rated hardware
Color: black
2) Multi Breacher tool:
Multi-function pry bar effective against most
portals
Page 11 of 16
Traction teeth minimize slippage and
maximize displacement
Handle shaft ends in a forked pry bar
32" length
8.4 lbs
Hydraulic Pipe Steel Shaft prevents spring
tension buildup on tool
3) Multi Pry tool:
Multi-function pry bar effective against most
portals;
TractionTeeth minimize slippage and
maximize displacement
Handle shaft ends in a forked pry bar
28" Length
5.4 lbs;
Made of high-strength, lightweight hydraulic
pipe steel
Full Hardened Steel Heads 55-HRC Hardness
Rockwell C-Scale
4) Mini Ram:
Compact, high-impact, collision entry tool;
Weighted and balanced for use in tight
quarters;
Convex head for force transmission regardless
of angle
17.5" long; 23.2 lbs;
Weighted and balanced;
Convex head
Knuckle guard;
Non-slip grips
5) Edge bender
Minimizes exposure and facilitates defeat of
security portals quickly and quietly
002 HYDRAULIC TACTICAL DOOR
OPENER SET equals to HOLMATRO
Door Opener HDO 100 ST (BRAND
NAME or equal) with 720 bars working
pressure and designed to use on inward
opening doors with single locking device
Specifications:
Door cylinder (Jack):
Max spreading force: not less than 10.2 tons
Max rod: not less 130 mm
Page 12 of 16
Temperature range: - 20 ° + 55 ° C;
30 cm hose, fixed connection
Max weight, ready for use: 6.7 kg
Manual Oil Pump:
Max volume of hydraulic fluid: 500 cm3
Pump: 2-level;
Performance 1st level: 18.4 cm3 to 45 bar;
Performance 2nd level: 1.4 cm3 to 720 bar;
Temperature range: - 20 ° + 55 ° C;
Pump handle and relief valve with soft grip;
Non-slip rubber underneath;
Push to unlock system;
Hydraulic oil level indicator;
Built-in funnel;
Max weight: 3.7 kg
Hydraulic Hose:
Single, length: 5 m – 10 m;
Auto-locking couplings;
Protective metal springs on both sides;
Safety factor: 4:1;
Temperature range: - 20 ° + 55 ° C;
Weight: 2.1 kg – 3.6 kg.
Carrying / Storage Case:
Made of ultrahigh strength, lightweight
polypropylene
IP67 dust and water resistant
Protective foam on the inside
Equipped with 2 wheels and extendible "soft
touch" pulling handle for easy moving
Effortless opening and closing
Automatic ambient pressure equalization
valve (for transportation by plane)
003 TACTICAL COMBI TOOL
(Spreader-cutter-squeezer) equals to
HOLMATRO Combi Tool GCT 5117 ST
EVO 3 (BRAND NAME or EQUAL) with
720 bars working pressure
Specifications:
Battery-operated combi tool for spreading,
cutting, squeezing and pulling with one tool
Supplied with i-Bolt Technology (flat central
bolt construction squeezing the blades
together directly (no blade holder in between)
Page 13 of 16
and more tightly, which minimizes blade
separation and maximizes cutting
performance; also allows for better access in
tight spaces) and carrying handle with
integrated LED lighting
Spreading distance: 431 mm; 17 in
Temperature range: - 20 ° + 55 ° C
Cutting performance: round bar (S235 acc. to
EN 13204): not less than 24 mm; 0.9 in
Max. working pressure: not less than 720 / 72
(bar/Mpa); 10443 psi
Max. spreading force: not less than 54 / 5.5
(kN/t); 12140 lbf
Max. cutting opening: not less than 352 mm;
13.9 in
Max. squeezing force: not less than 27 / 2.8
(kN/t); 6070 lbf
Max. pulling force: not less than 30 / 3.1
(kN/t)
Protection rate: not less than IP54
Max. weight, ready for use: 14.4 kg; 31.7 lb
Max. dimensions: 778 x 279 x 204 mm; 30.6
x 11 x 8 in
Package should include at a minimum:
2 batteries (Li-Ion; not less than 6.0 Ah; max.
weight: 1 kg; minimum battery life: 500
cycles; charging time: not more than 90 min
battery charger (220 - 240 VAC) and battery
car charger (12-24 VDC);
power connector (220 - 240 VAC);
2 battery pouches; carrying strap;
carrying/storage bag; carrying harness
004 RESCUE SAW ON GASOLINE
DRIVE AND WITH UNIVERSAL
DIAMOND BLADE equals to Husqvarna
K970 Rescue with FR-3 rescue blade
(BRAND NAME or EQUAL)
Specifications:
Specifically developed for rescue and clearing
work;
Magnesium blade guard with low weight and
reflective decals for high visibility in smoke
and water spray to enhance control of the
cutter;
Page 14 of 16
Adjustable carry strap with large carabines for
heavy duty jobs to allow running, walking
and climbing with the machine in urgent
situations;
Low sensitivity to outer conditions and fuel
variations due to the cylinder design and
muffler with integrated heat deflector;
High power-to-weight ratio;
Digital ignition system provides a reliable and
quick start in an emergency situation;
Reversible cutting arm;
Two-step filtration system with centrifugal
cleaning and a single paper filter for increased
product life and extended service intervals;
Poly-V belt combined with maintenance-free
starter and efficient air filter-system for long
service intervals;
Built-in automatic filter compensation system
to maintain high power and lower fuel
consumption;
Blade retarder reduces the stop time of the
blade when the machine is switched off;
Dust-sealed starter with a sealed return spring
and a pulley bearing;
Anti-vibration system to reduce vibrations in
the cutter handle for more comfort and longer
operation periods;
Semi-automatic belt tensioning system
minimizes the risk of under- and over
tensioning;
Cutting depth, max: 125 mm;
Blade diameter, max: 350 mm;
Arbor diameter: 25.4 mm;
Blade thickness, max: 5 mm;
Peripheral speed, max: 90 m/s;
Output power: 4.8 kW;
Cylinder displacement: 93.6 cm³;
Electrode gap: 0.5 mm;
Weight, max: 11 kg;
Sound power level, max: 115 dB
Vibrations left/front handle: 3.8 m/s²;
Must include universal diamond blade with
the following specifications:
Blade composition is designed for high speed
in universal construction materials;
Page 15 of 16
Developed for fast cutting in (reinforced)
concrete, bricks and blocks;
Allows to cut a very wide range of materials
with no need to change blades;
Optimal on iron, ductile iron, and metal;
Good on hard concrete, medium concrete, soft
concrete, granite, and abrasive;
Segmented blade configuration;
Diameter: 350 mm;
Blade segment length, max: 43 mm;
Blade segment width, max: 3.5 mm;
Number of blade segments: 24;
Arbor diameter: 25.4 mm;
Coolant: wet/dry.
005 HALLIGAN CROWBAR equals to
Fire Hooks Unlimited WIDE-ADZ Pro Bar
Halligan Forcible Entry Tool, 30"
(BRAND NAME or EQUAL)
Specifications:
Drop forged, one-piece alloy steel
construction for pry, pound, puncture, twist,
cut open
Length: 30”
Weight: 13 lbs
3” adz
SUBMISSION OF OFFERS:
The complete offer submission shall include:
(1) Price Offer and Representations and Certifications – Volume I
(2) Technical Capability – Volume II – Descriptive literature, a delivery confirmation,
warranty provisions, and completed Technical Compliance Matrix.
Submission of Questions:
Interested parties may submit any questions concerning the solicitation as soon as possible but
not later than 15 hrs Central European Time (CET) on Thursday, June 18, 2020 via email
to Ms. Wencke Jacobsen at [email protected] and [email protected] .
Page 16 of 16
Late questions may not be considered. The email subject line must read “Solicitation
19GE5020Q0030”.
Offer due date:
Offers shall be submitted as soon as possible but not later than 1500 hrs Central European
Time (CET) on Thursday, July 2, 2020 via email to Ms. Wencke Jacobsen at
[email protected] and [email protected].
The email subject line must read “Solicitation 19GE5020Q0030”. The size shall not exceed
20MB and the email shall not include any zipped files (.zip/.rar).
Late submissions shall not be considered.
Applicable laws and regulations: Solicitation and award will be subject to laws and regulations
of the United States of America.
{END OF SOLICITATION}