
Elba Volunteer Fire Department (Purchaser) request bid proposals for the specified Rescue Tools to be received by the Purchaser no later than – Date: 10/15/2020 Time: 2:00 PM Bid Opening will be conducted at the following location: Elba City Hall, 200 Buford Street, Elba, AL 36323 METHOD OF BIDDING The Purchaser request bid proposals for a set of Rescue Tools, Stabilization/Lifting Struts, & Cribbing.
Bids must be submitted in a sealed envelope, bearing on the outside the name and address of the CONTRACTOR and the words Elba VFD – SEALED BID FOR RESCUE TOOLS If forwarded by the carrier, the sealed envelope must be enclosed in another envelope addressed to: Elba Volunteer Fire Department c/o Sally Bane, 200 Buford Street, Elba, AL 36323 If you have any questions contact: Drew Parker, (334)447-5419 or elbafdchief@outlook.com Any references to manufacturer or brand names are for reference purposes only and are not intended to exclude products from other manufacturers.
Equivalent products will be accepted; however product information should be included so a fair comparison to the specification may be made. Department will contact vendors after bid opening to schedule a working demonstration of tools.
Wording from 2019 Assistance to Firefighter Grant Program Notice of Funding Opportunity Announcement VII Procurement Integrity (pages 62-64) All procurement activity must be conducted in accordance with Federal Procurement Standards at 2 C.F.R. §§ 200.317 – 200.326.
Among the requirements of 2 C.F.R. § 200.319(a) applicable to all non-Federal entities other than States, in order to ensure objective contractor performance and eliminate an unfair competitive advantage, contractors that develop or draft specifications, requirements, statements of work, or invitations for bids or requests for proposals must be excluded from competing for such procurements.
FEMA considers this an organizational conflict of interest and interprets this restriction as applying to contractors that help a recipient develop its grant application, project plans, or project budget.
This prohibition also applies to the use of former employees to manage the grant or carry out a contract when such former employees worked on such activities while they were employees of the non-Federal entity Additionally, some of the situations considered to be restrictive of competition include, but are not limited to:
• Placing unreasonable requirements on firms in order for them to qualify to do business.
• Requiring unnecessary experience and excessive bonding.
• Noncompetitive pricing practices between firms or between affiliated companies.
• Noncompetitive contracts to consultants that are on retainer contracts.
• Organizational conflicts of interest.
• Specifying only a “brand name” product instead of allowing “an equal” product to be offered and describing the performance or other relevant requirements of the procurement.
• Any arbitrary action in the procurement process Pursuant to 2 C.F.R. § 200.319(b), non-Federal entities other than states must conduct procurements in a manner that prohibits the use of statutorily or administratively imposed state, local, territorial or tribal geographical preferences in the evaluation of bids or proposals, except in those cases where applicable Federal statutes expressly mandate or encourage geographic preference.
Nothing in this section preempts state licensing laws. When contracting for architectural and engineering services, geographic location may be a selection criterion provided its application leaves an appropriate number of qualified firms, given the nature and size of the project, to compete for the contract.
The officers, employees, and agents of the non-Federal entity may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, non-Federal entities may set standards for situations in which the financial interest is not substantial, or the gift is an unsolicited item of nominal value.
The standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the non-Federal entity. INTENT OF SPECIFICATIONS It is the intent of this specification to cover the general requirements for Rescue Tools.
1. All tools will meet or exceed the following NFPA Standards, where applicable. a. NFPA 1936, 2020 Edition, Standard for Powered Rescue Tools b. NFPA 1500, Current Edition Standards in Fire Department Occupational Safety and Health Protection
2. Equipment must be certified by an independent Third Party organization (for example Underwriter’s Laboratories, Inc.). Certification label must be affixed to equipment.
3. Minor details of construction and materials where not otherwise specified are left to the discretion of the Bidder, who will be solely responsible for the design and construction of all features.
4. The Bidder shall provide a detailed description of the proposed Equipment, with product literature. Manufacturer/brand of item will be provided for evaluation by Purchaser.
5. Purchaser will evaluate all bids received to determine product choice that will be in the best interest of the department and that decision will be final.
6. Purchaser reserves the right to reject any and all bids without explanation.
7. Failure by the Purchaser to list the detailed specification does not preclude the contractor from compliance with the NFPA Standards listed.
8. Bidder meets all State and Federal safety standards and laws that are in effect on the date of the bid for the item(s) that are being specified and the particular use for which they are meant.
9. The Equipment must be NEW AND WARRANTED.
10. The successful bidder must be able to provide authorized repairs, service, and loaner tool program. The Purchaser may elect to award the contract based on these services as well as price and conformance with the specifications.
11. The successful bidder will provide a minimum of 4 hours of training, by a factory-trained technician, at the date, time, and location specified by the Purchaser.
12. Proposals submitted shall include prepaid delivery. Terms for delivery of the Equipment must be clearly stated on the bid form.
13. The Purchaser may elect to award the contract based on delivery as well as price and conformance with the specifications.
14. Should the Bidder be unable to comply with the proposed delivery date, the Department’s Purchasing Contact shall be notified immediately with the reasons for non-compliance.
15. Ownership and responsibility of the Equipment will remain with the Contractor/Manufacturer until formal acceptance of the Equipment is made.
16. Copies of each warranty provided by the equipment manufacturer must be included. Battery Operated Rescue Tools General Specifications CUTTER & SPREADER
• Ergonomic design
• Lightweight, easy to carry
• Fabricated from extremely high tensile aluminum alloy
• LED lighting in handles
• Meets requirements of New Car Technology
• Two (2) batteries must be included
• Battery Charger SPREADER
• Battery Operated Spreader
• Minimum 28-inch spread
• Must be a “One Person” operated lightweight tool
• Operates with 28 volt Lithium ion battery
• Two (2) batteries must be included CUTTER
• Battery Operated Cutter
• Minimum 7-inch opening
• Must be a “One Person” operated lightweight tool
• Operates with 28 volt Lithium ion battery
• Two (2) batteries must be included TELESCOPIC RAM
• Battery Operated Ram
• Must be a “One Person” operated lightweight tool
• Operates with 28 volt Lithium ion battery
• Two (2) batteries must be included
• Length of closed tool: approximately 27”
• One tool shall be of the “push/pull” type operation. COMBI-TOOL
• Battery Operated Spreader/Cutter
• Minimum 14 inch spread
• Must include complete chain set with carrying case, bag, or tool box
• Must be a “One Person” operated lightweight tool
• Operates with 28 volt Lithium ion battery
• Two (2) batteries must be included ACCESSORIES
• Chargers for Batteries
• Battery Carry Bag
• Shore power/inverter
• Extra Batteries
• Ram Tip Kit with carrying case or bag VEHICLE STABILIZATION/LIFTING STRUT KIT
• Kit will include struts to handle all type of vehicles ranging from small cars to large commercial vehicles
• Maximum load up to 80,000 lbs.
• Lifting capabilities VEHICLE CRIBBING KIT
• Cribbing kit shall designed for Fire & Rescue industry and use.
• Kit will include cribbing to handle all type of vehicles ranging from small cars to large commercial vehicles
• The construction shall be of durable engineered plastic
• Kit shall include a minimum of the following quantities: – (12) – 2’x4’x18” Block – (4) – 2”x4”x12” Wedge – (18) – 4”x4”x18” Block – (2) – 4”x4”x20” Wedge – (2) – 3” W x 8 ½” Long Wedge – (2) – 6” W x 8 ½” Long Wedge – (1) – 1” Thick x 9” Sq. Lock Block – (1) – 2” Thick x 9” Sq. Lock Block – (1) – 3” Thick x 9” Sq. Lock Block – (2) – Standard Step Chock Block – (2) – Pair of Wheel Chocks – (1) – 18”x18”x1 ½” Flat Pad Block – (2) – Cribbing Carrying Bags – (2) – Crib Toter Bags CRASH BAG KIT
• Kit will include basic tools for performing vehicle extrication tasks.
• Must include a battery powered glass/windshield cutter with battery charger.
• Must include patient/victim protection blanket/barrier.
• Kit must include a storage bag or case for all included tools. 10/1&10/8-chg
Source: https://www.elba-clipper.com/legal_notices/elba-volunteer-fire-department-request-for-proposal-receipt-and-opening-of-bids/article_77393e10-0429-11eb-ae46-3f6d94834255.html