Self-Contained Breathing Apparatus and associated respiratory protection equipment.

Similar documents
Brookings Fire Dept. SCBA Specifications

Elgin Fire Department

Dräger PSS 7000 SCBA Self-Contained Breathing Apparatus

Self-Contained Breathing Apparatus (SCBA)

SCHOOL BUS SECURITY SYSTEMS SERVICES - CHILD OCCUPANCY ALARM SYSTEMS PROVIDERS. DATE: November 6, 2015 BID DUE DATE: NOVEMBER 24, :00 p.m.

INVITATION TO BID Quail Dunes Golf Course Golf Cars

QuickAir - 5, - 10 Minute Emergency Escape Breathing Apparatus. Operating Manual

GNSS Base Station/Rover System The State will perform the purchase of the portable GNSS base/rover systems as follows:

Dräger PSS 3000 Self Contained Breathing Apparatus

REQUESTS FOR PROPOSALS FOR. Compostable Kraft Yard Waste Bags. October 14, Issued by METRO WASTE AUTHORITY. 300 East Locust Street, Suite 100

HALIFAX REGIONAL MUNICIPALITY (HRM) Seven (7) Current Model Year 4 Door Compact Front Wheel Drive Cars TENDER T15-122

Self-Contained Breathing Apparatus (SCBA) Program and Procedures for SCOTT AIR-PAK 75i

Course Firefighter I. Unit II Safety and Orientation

Form P ITEM DESCRIPTION UNIT ESTIMATED 12 MONTH QUANTITY

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For ZETRON MAX NG911 PHONE SYSTEM RFP #

Fayetteville Public Schools Request for Proposals (RFP) Susan Norton Contract Authority

Invitation to Bid FIRE ALARM & DETECTION SYSTEM

SOLICITATION QUOTATION BLANKET ORDER

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

HOUSTON COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT

Dell Service Description

FVSU REPAIR & UPGRADE FIBER OPTIC SECTION FIRE ALARM SYSTEM CONNECTIVITY

RESPIRATORY PROTECTION PROGRAM

VEHICULAR EQUIPMENT PURCHASE EXHIBIT. This Exhibit modifies the Terms and Conditions for Materials and Related Services:

OPERATING & MAINTENANCE INSTRUCTIONS. SCOTT AIR-PAK X3 SNAP-CHANGE Models 2.2 / 4.5 / 5.5

REQUEST FOR COMPETITIVE QUOTES

REQUEST FOR PROPOSAL FOR: Fire and Security Alarm Service and Monitoring

ATTACHMENT B BID SUBMITTAL FORMS. For EMC AVAMAR ENTERPRISE BACKUP SOLUTION RFB #

RESPIRATORY PROTECTION SCBA, ESCAPE & AIRLINE

PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS

Provided and Administered by CornerStone United, Inc. Eastway Plaza 1899 Tate Boulevard SE, Suite 2110 Hickory, NC FAX

Parts List: AirHawk II Air Mask

MIFFLIN COUNTY SCHOOL DISTRICT 201 Eighth Street - Highland Park

INSTRUCTIONS, REQUIREMENTS

Southern California Edison Company [SAMPLE AGREEMENT] PURCHASE ORDER EVAPORATIVE COOLER BULK PURCHASE GENERAL DESCRIPTION

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: )

The Pennsylvania State University Physical Security Office. Intrusion Alarm. Performance Specification

APPENDIX A. 1. Quality Control

ATTACHMENT B BID SUBMITTAL FORMS. For LIME SLUDGE REMOVAL WATER RECLAIM BASIN RFB #

HOUSTON COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT

BID SPECIFICATION PACKAGE

SOUTH DAKOTA FIRE SERVICE TRAINING PRACTICAL SKILLS TEST

Robla School District

EVOLUTION Thermal Imaging Camera Remote Wireless Video Receiver System

SERVICE SOLUTIONS OUR PLEDGE TO YOU

FIRE ALARM AND DETECTION SYSTEMS SECTION 16721

Design & Construction Standards, Revised January

NC State University Design and Construction Guidelines Division 26 Fire Alarm Systems

Invitation to Bid City of Perry Fire Alarm & Security Systems Bid Number (Part I & II) Due Date May 1, :00 AM

SECTION ( ) FIRE DETECTION AND ALARM SYSTEM

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CHARTER TOWNSHIP OF WEST BLOOMFIELD REQUEST FOR PROPOSALS WATER SYSTEM LEAK DETECTION EQUIPMENT

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For APPRAISAL REPORT SERVICES FOR PROPERTY INSURANCE PROGRAM RFP #

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

Bids must be on the "BID FORM" provided and be submitted in a sealed envelope that is plainly marked "NEW VEHICLES BID".

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For WEB FILTER REPORTING TOOL RFP #

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

City of Fulton, Missouri REQUEST FOR PROPOSAL

REQUEST FOR QUOTATION **THIS IS NOT AN ORDER**

Washington County School District Request for Proposal School Bus Fleet Tracking System RFP #TD 1011

REQUEST FOR BID. Server/Computer and VAV Controls with Backup Bid

MODEL # Introduction

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

SCOTT AIR-PAK AND AIR-PAK 75 Models 2.2 / 3.0 / 4.5

QSP INFORMATION AT A GLANCE

Center Unified School District

User Manual (English)

Request for Proposal No. RFP Project Construction Management Services. for. Capital Levy BTA IV Project: Ingraham High School Classroom Addition

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

COMMUNICATIONS

1.0 General. Inspection, Testing, and Maintenance 1 of 8

COUNTY OF TANEY, MISSOURI

Dräger University College of Operations Maintenance Training Courses

BID REQUEST. BID SUBMITTAL DEADLINE: November 21, 2014, AT 2:00 PM Or

Fayetteville Public Schools Request for Proposals

DEPARTMENT OF FINANCE PURCHASING DIVISION

OCCUPATIONAL SAFETY AND HEALTH PROGRAM

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

AEL / SEL Number Title Description FEMA Grant Programs Grant Notes

Purchasing a Business in Utah - RFP Approval Bid Process

REQUEST FOR PROPOSAL FOR: LONG DISTANCE SERVICE Work Order: IT00928

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

B. Equipment shall be furnished and installed as specified. No substitutions will be allowed.

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

INVITATION TO BID CITY OF HOPKINSVILLE

C. Conform to requirements of Americans with Disabilities Act (ADA).

ACG Commissioning Guideline

Request for Proposals

REQUEST FOR QUOTATION For MOVING SERVICES FOR CHATHAM COUNTY SUPERIOR COURT AND STATE COURT

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

BUYING AGENCY AGREEMENT

Castaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012

RESPIRATORY PROTECTION

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, Table of Contents

TERMS AND CONDITIONS 1 CONTRACT INFORMATION

Request for Proposals BUILDING DEMOLITION SERVICES

INSPECTION, MAINTENANCE AND RECHARGE SERVICE MANUAL P/N 16303

Transcription:

REQUEST FOR PROPOSAL (RFP) ISSUE DATE: September 2, 206 CONTACT: Greg Harris PHONE NO: (563) 589-460 EMAIL: gharris@cityofdubuque.org SUBMIT PROPOSAL/OFFER PRIOR TO: CLOSING DATE: October 2, 206 CLOSING TIME: 2:00 P.M. (local time) SUBMIT TO: SEE Section 3.0 FAX/EMAIL NOT ACCEPTED DESCRIPTION: Self-Contained Breathing Apparatus and associated respiratory protection equipment. RECEIPT OF PROPOSAL ACKNOWLEDGEMENT If you are considering a response to this RFP, please mark the box to the left, fill in the information below and return this sheet as a confirmation that you received this RFP by October 5, 206. COMPANY NAME: DATE: MAILING ADDRESS: CITY/STATE: ZIP CODE: AUTHORIZED SIGNATURE: PRINTED NAME: TITLE OF AUTHORIZED REPRESENTATIVE: EMAIL: PHONE:

Table of Contents: Section Page.0 Introduction 3 2.0 Objectives and scope 3 3.0 Proposal Requirements 0 4.0 Proposal Form.2 Contact Information For questions concerning the equipment specifications, please contact: Greg Harris, Assistant Chief/Training Officer Phone: 563-589-489 E-mail: gharris@cityofdubuque.org Dale Radar, Lieutenant Phone: 563-589-463 E-mail: dradar@cityofdubuque.org 2

.0 Introduction The Dubuque Fire Department is soliciting competitive sealed proposals for approximately 54 Self-Contained Breathing Apparatus (SCBA) and associated respiratory protective equipment. All proposals must be for equipment produced by a leading manufacturer of SCBA s. Anticipated timeframe to have the new SCBA s delivered, in service, and all members of the Dubuque Fire Department trained shall be within 90 days of awarding the contract. This RFP provides the specifications and requirements for prospective applicants to complete the proposal including the cost for: purchase and delivery of equipment, training on use and technical repair of equipment, quantitative fit testing for each member, and the trade in value of respiratory protective equipment currently utilized. The Dubuque Fire Department reserves the right to purchase or not purchase optional items listed in the bid form. Decisions of what items will or will not be purchased will be based on available funding. 2.0 Objectives and Scope The Dubuque Fire Department intends to purchase approximately 54 SCBA S and approximately 84 cylinders. From a leading manufacturer: supply new air packs with a rugged design, face pieces, and strong light weight composite carbon fiber 45/60 minute cylinder designed for the air pack (4500 psi) with a 5 year shelf life that meet the 203 edition of NFPA standards 98 & 982. Vendor shall be a sales distributor, authorized by the manufacturer to sell the equipment specified herein. 3

Must have an authorized field tech that resides within surrounding states. Vendor supplying SCBA and associated equipment must be able to sell and service in the State of Iowa. FOB Destination Fire Headquarters, th West 9 th Street, Dubuque, IA 5200 Proposed pricing and/or percentage discount shall remain firm for one year. SPECIFICATIONS The intent of these specifications is to describe the minimum requirements for approximately 54 SCBA s and associated respiratory equipment with trade-in s, to be purchased by the City. All parts not specifically mentioned, but which are necessary to provide a complete unit, shall be furnished by the successful bidder at the bid price and shall conform in strength, quality of material and workmanship that are usually provided by the engineering practice indicated in this specification. COMPLETION OF BID FORM The bidder shall complete all items in these specifications with a check mark ( ) to indicate the unit being bid meets the specifications. If the bid deviates from the specifications, the bidder shall indicate in the description area how the unit deviates from the specifications SCBA shall meet the requirements set forth in the 203 edition of the National Fire Protection Association s (NFPA) 98 and 982 standard. SCBA shall be 42 CFR part 84 certified by the National Institute for Occupational Safety and Health (NIOSH) to provide chemical, biological, radiological, and nuclear (CBRN) protection. 4

SCBA shall pass intrinsic safety testing UL93 6 th edition. Rapid intervention crew pack will have Universal air couplings UAC. All Manufactures and Models of SCBA s to be considered must have: 4500-psi air supply system; Positive cylinder locking mechanism capable of accepting 30, 45, or 60-minute 4500-psi cylinders that is field adjustable; Second stage regulator mounted at the SCBA mask; Integrated PASS device; Padded backpack frame; Adjustable padded shoulder straps; Adjustable waist strap; and Soft cases for SCBA storage. Facepiece shall include: Facepiece shall be available in different sizes (Small, Medium, & Large), with size to be determined during quantitative fit testing; Each facepiece shall have a nose cup with each mask, size to be determined during quantitative fit testing; Standard speaking diaphragm; Must be capable of being used with APR and SAR systems; Removable neck strap or other means of securing mask to pack when not in use; 5

Ability to accept a spectacle kit for vision correction; Must have a scratch resistant antifogging lens; All components of the facepiece must be capable of being submersible for cleaning and disinfection after use; All firefighters shall be fit tested with facepiece for correct size utilizing a quantitative fit test; and In the event a firefighter is sized inaccurately the vendor will provide the correct size mask at no additional charge for up to 2 months. Date begins once items have been delivered and accepted. Meets above specifications Yes No Voice Amplification: To be included as part of the minimum specification for the SCBA or Facepiece. Any and all brackets or devices needed for voice amplification must be included in the price. Telemetry: 6

Telemetry: Personnel accountability system to track firefighters on scene. System must allow command staff working at the command post the ability to identify the firefighter by riding position and/or firefighters name, firefighters current cylinder pressure, PASS alarm notification, ability to send evacuation signal and acknowledgement, and be blue tooth capable. System must be able to handle up to 50 firefighters. Pricing should include all items that need to be incorporated into approximately 54 SCBA's to send and receive data. Detailed description and list of parts should be included with proposal. Firefighter locating system: Firefighter locator: Hand held receiver used by Rapid Intervention Team to help locate firefighter in distress. Price should include 2 handheld tracking units and all items that need to be incorporated into approximately 54 SCBA's for system to operate including batteries and charger for the tracking unit. A detailed description of the unit and all prices for all accessories should be included with the proposal. Cylinder: Must be compatible with the SCBA pack Vendors lightest weight composite carbon fiber 45 & 60 minute cylinders (with pressure gauge), 4500-psi supply; Must have 5 year shelf life from date of delivery Supplied Air Respirator 7

Must be same brand and compatible with SCBA Have 5 minute 3000 PSI escape cylinder Harness must be light weight, heat and chemical resistant, and easy to don and doff. 300 of airline with Hansen connections to work with Dubuque Fire s existing manifold and regulator system Remote gauge showing escape cylinder pressure RIT Packs Shall include outer bag with storage pockets. Skid or skid plates. Dedicated 4500 psi 60 minute cylinder with regulator and face piece. High and low pressure hoses. Remote airline. All materials, buckles, and attachments shall be constructed of heavy duty material. Meets above specifications Yes No Training 8

Within 60 days of taking delivery the vendor or manufacturer s representative will provide three days of training. One with each of the three shifts to cover: o Donning and doffing o Equipment use and operation o Cleaning, decontamination, and disinfecting o Inspection and evaluations o The use of any optional equipment or features purchased Will provide a cost for training and certifying members of the Dubuque Fire Department to be capable of doing in-house repairs and annual flow testing of SCBA s Will provide an annual cost for SCBA repair technicians to maintain certification Meets above specifications Yes No Warranty All vendors returning an RFP shall include a detailed description of the warranty of the SCBA and all other equipment listed in the Bid Form for the 5 year life expectancy of the SCBA. The warranty description should include at a minimum but is not limited to the following: What is covered under bumper to bumper warranty Electronics Facepieces Pressure reducer Regulator Gauges (mechanical and electronic) Cylinder Rechargeable batteries and charger if available Built in Thermal Imaging if available A description of what is considered normal wear and tear and what is considered damages that would not be covered during normal operations 9

3.0 PROPOSAL REQUIREMENTS Before submitting a proposal, each Proposer shall make all investigations and requirements affecting the full performance of the contract and to verify any representations made by the City upon which the Proposer will rely. PROPOSAL SUBMITTAL INFORMATION Submittal Deadline: October 2, 206 on or before 2:00 p.m. (Local Time) Mailing Address: City of Dubuque F i r e Department c/o Greg Harris West 9th Street Dubuque, Iowa 5200 Submittals: Proposal: One () hardcopy and one electronic (.pdf) copy shall be provided. Fees: One () hardcopy and one electronic (.pdf) copy shall be provided Submit one () signed original proposal labeled: Self-Contained Breathing Apparatus and associated respiratory p r o t e c t i o n e q u i p m e n t. Submitted proposals must be delivered in printed format. Additionally, supply one () electronic version of the proposal in Adobe Acrobat format. No faxed or e-mail proposals will be accepted. The proposal must be a document of not more than twenty (20) numbered 8 ½ x inch pages, not including the letter of transmittal, index, project schedule, dividers, and the front and back covers. Any proposals exceeding twenty (20) numbered pages may not be considered. The original proposal document must be signed by an officer of the company who is authorized to legally bind the Proposer. Proposals are to contain a statement indicating the period during which the proposal will remain valid. A period of not less than sixty (60) calendar days from the proposal closing date is required. Each Proposer assumes full responsibility for delivery of the completed proposal package on or before the deadline. Any proposals received after the submittal deadline will not be considered, and will be returned unopened to the Proposer. 0

The City of Dubuque will not be responsible for any loss or delay with respect to delivery of the proposals. The City of Dubuque is not liable for any cost incurred by any Proposer prior to the execution of an agreement or contract. Nor shall the City of Dubuque be liable for any costs incurred by the vendors in responding to this RFP and those not specified in any contract. The City reserves the right to reject any and all proposal or any part thereof, or to accept any proposal or part thereof deemed to be in the best interest of the City. 4.0 PROPOSAL FORM Dubuque Fire Department Self Contained Breathing Apparatus Vendor name:

Make and Model of SCBA being priced: Base Proposal: Quantity Unit Cost Not Applicable Option : Air packs with standard Alkaline batteries $ Option 2: Air packs with rechargeable Lithium Ion batteries $ 45 minute 4500 PSI cylinders $ 60 minute 4500 PSI cylinders $ Facepieces $ Spare regulators with short hose to connect to air source in baskets of trucks $ Soft carry cases for storage and transport $ Within 60 days of taking delivery the vendor or manufacturer s representative will provide three days of training. One day with each of the three shifts. Optional Items: Quantity Unit Cost Telemetry: Personnel accountability system to track firefighters on scene. Price should include all hardware and software except laptop (will be supplied by DFD) that is to be installed in the command vehicle to allow communication with SCBA's on the scene. System must allow command staff working at the command post the ability to identify the firefighter by riding position and/or firefighters name, firefighters current cylinder pressure, PASS alarm status, ability to send evacuation signal and acknowledgement, and be blue tooth capable. System must be capable of handling up to 50 firefighters. Detailed description and list of parts should be included with proposal. $ Cost per unit for hardware and software that needs to be incorporated into the SCBA, or the price to activate the software that comes with the base unit, in order to transmit and receive communicates from the equipment in the $ Not Applicable 2

command vehicle allowing command to monitor each of the firefighters remaining cylinder pressure, PASS alarm status, ability to send and receive evacuation signal, and be blue tooth capable. Firefighter locator: Cost should be for hand held receiver used by Rapid Intervention Team to help locate firefighter in distress. Price should include hand held tracking unit, truck mounting bracket, 2 volt charger, and spare battery for the hand held tracking units. A detailed description of the unit and prices for all accessories should be included with the proposal. $ Cost for firefighter identification tags that identifies the firefighter and allows the firefighter to sign in to the SCBA they are assigned to. $ Module reader/writer to program firefighter ID tags and program SCBA's $ Thermal Imaging System: Price is for thermal imaging that is built into the firefighter s respiratory protection. Can be part of the air pack or connected to the facepiece. Price should be per unit only. A detailed description should be included with the proposal. $ Electronic voice amplification. Voice amplification may be incorporated into the SCBA or be facepiece mounted. Price should be for a single unit and should include all mounting brackets and/or hardware so amplifier is secured when worn. $ Group talk capabilities. Allow members of a crew the ability to communicate with each other via short range comms unit that does not transmit over the firefighter s portable radio. $ Adjustable lumbar support on SCBA backframe $ Chest strap to hold shoulder straps in place $ EBSS (Include detailed description of EBSS options including use and limitations) $ Rechargeable Lithium Ion batteries $ Charger for rechargeable Lithium Ion batteries $ Cost per cylinder to enable cylinder quick connect $ Cost per SCBA to enable cylinder quick connect $ Spectacle Kit for facepiece $ Posi check with current software, AV/Data cables, USB connection and cable, power cord, and head. $ SAR escape cylinder and harness $ 300' of airline with fittings to match DFD air manifold for SAR system APR adapter for facepieces $ Factory labeling of SCBA cylinders. Includes DFD logo $ Training for a member of the Dubuque Fire Department to become an In-House Repair Technician. $ Annual cost to maintain In-House Repair Technician level. $ 3

Other optional equipment that is provided by the vendor that is not listed above. Include pricing and detailed description of the item along with the proposal. Trade-In Options: Quantity Unit Cost Extended Cost 5 Scott NXG2 4500PSI SCBAs equipped with SEMS and quick $ $ change cylinder 80 4500 PSI 30 minute cylinders $ $ 6 4500 PSI 60 minute cylinder $ $ 2 4500 Scott RIT packs with 60 minute 4500 PSI cylinder $ $ 4 Scott SAR escape system with harness and 0 minute 3000 PSI cylinder $ $ 00 Scott AV3000 facepieces $ $ 30 Scott Voice Amps $ $ 2 Scott SEMS base units $ $ 3 Infra-red SEMS/PDA programming link $ $ BioSystems Posi-Check 3 $ $ Trades can be seen by appointment with contacting Greg Harris (563) 589-489 The undersigned proposes to provide in accordance with the specifications, approximately 54 SCBA s and associated respiratory protective equipment. Authorized Representative Vendor Date 4