HomeMy WebLinkAbout86-15 RESOLUTIONRESOLUTION NO. 86-15
A RESOLUTION TO AUTHORIZE A CONTRACT WITH CASCO
INDUSTRIES, INC. FOR THE PURCHASE OF VARIABLE AMOUNTS OF
REPLACEMENT BUNKER GEAR FOR THE FAYETTEVILLE FIRE
DEPARTMENT FOR THE UNIT PRICES OF $1,165.00 FOR STRUCTURAL
FIREFIGHTING PERSONAL PROTECTIVE COATS AND $815.00 FOR
STRUCTURAL FIREFIGHTING PERSONAL PROTECTIVE PANTS ON AN
AS NEEDED BASIS THROUGH MARCH 9, 2018, PURSUANT TO A
COOPERATIVE BID PROCESS THROUGH THE CITY OF SPRINGDALE
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby authorizes a
contract with Casco Industries, Inc. for the purchase of variable amounts of replacement bunker
gear for the Fayetteville Fire Department for the unit prices of $1,165.00 for structural
firefighting personal protective coats and $815.00 for structural firefighting personal protective
pants on an as needed basis through March 9, 2018, pursuant to a cooperative bid process
through the City of Springdale.
PASSED and APPROVED this 21" day of April, 2015.
nnn.-.1 TU,-,.
ATTEST:
By: A-4� �f' At'ik
SONDRA E. SMITH, City Clerk Treasurer
01111 IF fill"
TR
G
ev��e \T Y 0�,
FAYE77EVILLE -ti,
V
ZZ
To
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
t
Text File
File Number: 2015-0173
Agenda Date: 4/21/2015 Version: 1 Status: Agenda Ready
In Control: City Council File Type: Resolution
Agenda Number: A. 6
CASCO INDUSTRIES, INC.
A RESOLUTION TO AUTHORIZE A CONTRACT WITH CASCO INDUSTRIES, INC. FOR THE
PURCHASE OF VARIABLE AMOUNTS OF REPLACEMENT BUNKER GEAR FOR THE
FAYETTEVILLE FIRE DEPARTMENT FOR THE UNIT PRICES OF $1,165.00 FOR
STRUCTURAL FIREFIGHTING PERSONAL PROTECTIVE COATS AND $815.00 FOR
STRUCTURAL FIREFIGHTING PERSONAL PROTECTIVE PANTS ON AN AS NEEDED BASIS
THROUGH MARCH 9, 2018, PURSUANT TO A COOPERATIVE BID PROCESS THROUGH THE
CITY OF SPRINGDALE
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas hereby authorizes a contract with
Casco Industries, Inc. for the purchase of variable amounts of replacement bunker gear for the
Fayetteville Fire Department for the unit prices of $1,165.00 for structural firefighting personal
protective coats and $815.00 for structural firefighting personal protective pants on an as needed basis
through March 9, 2018, pursuant to a cooperative bid process through the City of Springdale.
City of Fayetteville, Arkansas Page 1 Printed on 411412015
City of Fayetteville Staff Review Form
2015-0173
Legistar File ID
4/21/2015
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
David Dayringer 3/26/2015 Fire /
Fire Department
Submitted By Submitted Date Division / Department
Action Recommendation:
..............
A resolution to approve the contract with Casco Industries, Inc. through the cooperative bid process with the
Springdale Fire Department to allow for the purchase of replacement bunker gear for the Fayetteville Fire
Department, on an as needed basis throughout the life of the proposed contract which expires on March 9, 2018.
1010.3020.5302.01
Account Number
Project Number
Budgeted Item? Yes
Does item have a cost? No
Budget Adjustment Attached? No
Budget Impact:
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
General
Fund
Project Title
$ 27,283.00
$ 2,650.59
$ 24,632.41
w_.
$ 24,632.41
V20140610
Previous Ordinance or Resolution #
Original Contract Number: Approval Date:
Comments: The bid prices for the bunker gear from Casco Industries, Inc. are $1,165.00 for the Structural
Firefighting Personal Protective Coat and $815.00 for the Structural Firefighting Personal Protective
Pants plus additional sales tax costs to be purchased as needed. The Springdale Fire Department
submitted the bid proposal through a cooperative bid process with multiple fire departments.
CITY OF
lFay �M
I CITY COUNCIL AGENDA MEMO
11 ARKANSAS
MEETING OF APRIL 21, 2015
TO: Mayor and City Council
�.
FROM: David Dayringer, Fire Chief
DATE: March 26, 2015
SUBJECT: A resolution to approve the contract with Casco Industries, Inc. through the
cooperative bid process with the Springdale Fire Department to allow for the purchase of
replacement bunker gear for the Fayetteville Fire Department, on an as needed basis
throughout the life of the proposed contract which expires on March 9, 2018.
RECOMMENDATION:
Staff recommends a resolution to approve the contract with Casco Industries, Inc. through the
cooperative bid process with the Springdale Fire Department to allow for the purchase of
replacement bunker gear for the Fayetteville Fire Department, on an as needed basis
throughout the life of the proposed contract which expires on March 9, 2018.
BACKGROUND:
Bunker gear consists of the protective clothing worn by firefighters to shield them from heat and
abrasive debris during fire suppression and emergency response activities. As this protective
gear ages and becomes worn, replacement bunker gear is necessary for the safety of the
firefighters.
DISCUSSION:
The gear is durable and custom fitted to the individual firefighter. The gear from Casco
Industries will provide excellent thermal protection, thus reducing the number and severity of
burns sustained by fire personnel. The products offered by Casco Industries meet
specifications and allow bunker gear replacements to remain consistent with the existing bunker
gear utilized throughout the department.
BUDGET/STAFF IMPACT:
The bid prices for the bunker gear from Casco Industries, Inc. are $1,165.00 for the Structural
Firefighting Personal Protective Coat and $815.00 for the Structural Firefighting Personal
Protective Pants plus additional sales tax costs to be purchased as needed. Bunker Gear funds
for the purchase of firefighter bunker gear replacements have been budgeted in the
department's Annual Budget and Work Program.
ATTACHMENTS:
Bid Documents
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Casco / Globe
Nafeco 1 Lion
Ricochet
Fayetteville Coat
$1,165.00
$1,320.79
$1,239.34
Fayetteville Pant
$815.00
$860.26
$922.03
Springdale Coat
$1,180.00
$1,335.59
$1,260.49
Springdale Pant
$815.00
$860.26
$922.03
Lowell Coat
$1,180.00
$1,333.48
Lowell Pant
$815.00
$860.00
Rogers Coat
$1,180.00
$1,333.48
Rogers Pant
$815.00
$923.18
Bentonville Coat
$1,170.00
$1,320.79
$1,239.34
Bentonville Pant
$815.00
$860.79
$922.03
INDUSTRIES, INC.
VT SALES & SERVICE
21941 1-30, SUITE 6
BRYANT, AR 72002
Phone: 800-648-5808
Phone: 501.653.2970
Fax: 501-653-2935
February 27, 2015
To: Fayetteville, Springdale, Lowell, Rogers, Bentonville & Surrounding Department
Purchasing Agencies
Re: Structural Firefighting Clothing Bid
Casco is pleased to present our quote for Globe GXTreme coats and GXCel pants, as
specified in your bid.
You will have your option of the PBl Max or the Kombat Flex outer shells for the same
price, your choice. We are also giving each department the choice of suspender attachments
on the pants. For those wishing to use their leather suspenders, we will put suspender
buttons In place of loops.
Also, Globe has advised that the maximum price Increase per year will not exceed 3%.
We thank you for your time and consideration and look forward to seeing you on March 9.
Sincerely,
�L
Robin Tittle
Casco Industries
Globe Manufacturing Company, LLC
February 27, 2015
Captain Dean Bitner
Springdale Fire Department
201 Spring Street
Springdale, Arkansas
RE: Invitation for Competitive Sealed Bids; Manufacturer Authorized Repair Center
Captain Bitner,
Please accept this letter as compliance to the bid specification requirement for documentation
of a factory approved repair center and guaranty of working days required for
repair/refurbishment of gear.
Globe Manufacturing Company has long seen the need to provide support to our customers
and our products by providing in-house Cleaning, inspection, and Repair services through our
CARES Department located in the same building as our main production facility in Pittsfield,
New Hampshire. CARES is able to perform all aspects of NFPA:1S51 and also provide, if
necessary, training to departments through classes held at Globe, in the field, or online.
Globe/CARES is able to provide the services requested in the bid within 15 working days of a
request. Keep in mind that a third of that time is required for standard shipping to and from the
department.
Please feel free to contact me if you have any further questions regarding our CARES services
and turnaround time.
Sincerely,
Matt Wood
Regional Sales Manager
Globe Manufacturing Company
37 Loudon Road, Pittsfield, NH 03263
TEL: 800-232-8323 603-435-8323
FAX: 800-442-6388 603-435-6388
www.globeturnoutgear.com
Globe Firefighter Suits o Globe Cairns @ Globe Lifeline e Globe Footwear ® Globe CARES
Globe CARESTrainin
Globe CARES (Cleaning And Repair Evaluation Services) has a number of services availa a to our customers, We offer:
Advanced Cleaning and Advanced Inspection as an added benefit to our customers and dealers. We will also provide in-house, field training
and online courses for customers who want to learn more about inspecting and maintaining their gear. These new services are offered to aid
our customers In complying with the 2014 edition of NFPA 1851 Standard on Selection, Care and Maintenance of Protective Ensembles for
Structural Fire Fighting and Proximity Fire Fighting.
Cares Individual Services Available:
• Advanced Cleaning of Globe coats, pants, and boots.
• Advanced Inspection with documentation.
• Repairs of Globe coats and pants.
• Upon request, documentation can be updated using PPEtracker.com
PLEASE NOTE: ALL PPE MUST BE CLEANED PRIOR TO EVALUATION AND REPAIR.
TRAINING CLASSES OFFERED:
Level 1 Training - FREE service conducted at Globe or in the field by either a Globe Regional Sales Manager or a factory representative.
• Overview of NFPA 1851, 2014 edition.
• Detailed demonstrations on Advanced Inspections.
• Discussion on Advanced Cleaning and Advanced Repairs.
• Customers encouraged to bring their own gear to follow along with the presentation.
• Certificate of participation to meet the NFPA 1851 required "manufacturer training" needed to preform Advanced Cleaning and
Advanced Inspections for your department.
• Globe highly recommends the customer purchase a copy of NFPA 1851, 2014 edition of the standard and review it before training
class.
Level 2 Training - FREE service consisting of 1-2 day training class conducted in Pittsfield, NH.
This course is intended for Fire Department personnel responsible for the care and maintenance of the department's turnout clothing and
boots, as well s for those who wish to pursue becoming a verified ISP (Independent Service Provider)
• In-depth overview of NFPA 1851, 2014 edition.
• Detailed demonstrations on Advanced Inspections which included Complete Liner Inspection, Light Test, Leakage Evaluation Test,
Water Penetration Test.
• Detailed demonstrations of Advanced Cleaning and Advanced Repairs.
• Hands-on experience with Advanced Repairs.
• Customers encouraged to bring their own gear to follow along with the presentations.
• Information on "How to become a verified ISP".
• Information on writing your Quality System Manual
• Recommendations for cleaning the repair equipment.
• Certificate of participation to meet the NFPA 1851 required "manufacturer training" needed to perform Advanced Cleaning and
Advanced Inspections for your department.
+ Globe highly recommends the customer purchase a copy of the NFPA 1851, 2014 edition of the standard and review it before class.
For Level 2 training, each participant is responsible for travel, lodging, meals and expenses. Lunch will be provided during class.
PLEASE CONTACT GLOBE TO SCHEDULE YOUR TRAINING TODAY!
r;1nhP Mani facturina Comnanv. LLC • 37 Loudon Road s Pittsfield, NH 03263 • 800-232-8323 a 800-442-6388(fax)
INVITATION FOR COMPETITIVE SEALED BIDS
SCOPE;
The scope of this invitation to Bid is to provide firm contract pricing for Structural
Firefighting Blood Borne Resistant Personal Protective Clothing (Coats and Pants) to be
purchased by the agencies listed below and to provide for a clear annual cost increase
program of the stated items ordered for a contract period of three (3) years beginning on
March 10, 2015 and ending on March 9, 2018.
BID ITEMS: Structural Firefighting Personal Protective Clothing (Coats and Pants) as
further specified later in this document.
Bid pricing must include individual fire department personnel sizing for custom fit of the
stated coats and pants to be performed in house at the local fire stations of the
purchasing agencies by factory trained dealer representatives. NO EXCEPTIONS.
Item
Description
Structural Firefighting
Personal Protective Coat with Springdale Options
Structural Firefighting
Personal Protective Pants with Springdale Options
Structural Firefighting
Personal Protective Coat with Fayetteville Options
Structural Firefighting
Personal Protective Pants with Fayetteville Options
Structural Firefighting
Personal Protective Coat with Bentonville Options
Structural Firefighting
Personal Protective Pants with Bentonville Options
Unit Price
$1180.00
$ 815.00
$1165.00
$ 815.00
$ 1170.00
$ 815.00
City patch and USA flag on left and right sleeve of coat. One patch shall be attached to
each side as determined by city. Patches shall be of NFPA compliant construction.
Pricing shall include one patch for each sleeve of one (1) coat. $ included
The bid unit price must cover all of the materials and operations necessary for the
production of items as specified including delivery (FOB Destination, freight paid). Sales
tax is not to be included in the bid unit price. Applicable Arkansas sales tax laws
(state and local) will apply to this bid, but will not be considered in award of the bid.
1. The entire cost of preparing and providing responses to this bid invitation shall be
borne by the bidder.
2. All bidders must be authorized dealers to sell and service the products specified.
PURCHASING AGENCIES:
Fayetteville, Arkansas Fire Department;
Springdale, Arkansas Fire Department;
Lowell, Arkansas Fire Department;
Rogers, Arkansas Fire Department
Bentonville, Arkansas Fire Department;
Other fire departments within Benton, Carroll, Madison,
and Washington Counties, Arkansas
CONTACT PERSON and TELEPHONE: Springdale Fire Captain Dean Bitner,
Cell: 479-283-7297, Office: 479-751-4510
BID OPENING LOCATION:
City of Springdale Administration Building located at 201 Spring Street, Springdale,
Arkansas in room 236.
BID OPENING DATE AND TIME:
Monday, March 9, 2015 at 2:00 pm Central Daylight Time
BID SUBMISSION:
Bids may be mailed, shipped via common carrier, or hand delivered to City of
Springdale, City Clerk's Office located at 201 Spring Street, Springdale, Arkansas
72764 until 2:00 p.m. Monday, March 9 , 2015.
Bids must be submitted on this form, with attachments as appropriate, on or before the
date and time specified for bid opening. If this form is not used, the bid may be rejected.
The bid must be typed or printed in ink and signed in ink. Unsigned bids will be
disqualified. The person signing the bid should show title or authority to bind his/her firm
in this contract. Bid prices must remain firm for consideration and acceptance for thirty
days from the bid opening date.
BIDS MAY NOT BE FAXED. SEALED BIDS WILL BE ACCEPTED FOR THE ABOVE
STATED PURCHASING AGENCIES ONLY UNTIL THE DATE AND TIME SPECIFIED
ABOVE AT THE SPECIFIED LOCATION. THE BID ENVELOPE MUST BE SEALED
AND SHOULD BE PROPERLY MARKED WITH "PROTECTIVE CLOTHING BID" AND
THE BIDDER'S NAME AND RETURN ADDRESS.
BID/CONTRACT RULES and PERIOD:
Bid prices are firm for the life of the contract with the following price escalation rules.
The contract is for a three (3) year term beginning on March 10, 2015 and ending on
March 9, 2018. Bid contract is for firm pricing on a calendar year (January to December)
basis. The initial bid price will be fixed for the period from March 10, 2015 until
December 31, 2015. Price increases will be allowed based on the Consumer Price
Index for each preceding calendar year for purchases ordered in 2016, 2017, and 2018
(prior to contract expiration on March 9, 2018.
A contract award will be issued to the successful bidder. The contract results in a binding
obligation without further action by either party. This award does not authorize shipment.
Shipment is only authorized after the authorized purchasing agency provides
confirmation to the successful bidder in accordance with each purchasing agencies
purchasing procedures.
2
ESTIMATED QUANTITIES:
The purchasing agencies anticipate combined purchase quantities of fifty (50) units each
(Coats and Pants) per calendar year during the contract period. Actual order quantities
may be more or less than the estimated quantity. Quantities stated are estimates only,
and are not guaranteed.
ANTICIPATION TO AWARD BiDICONTRACT:
This invitation for Bid will be awarded to the lowest responsive, responsible bidder that
meets all specifications and requirements stated herein for the life of the contract.
The purchasing agencies anticipate award of the contract within thirty (30) days following
bid opening.
STANDARD TERMS AND CONDITIONS:
ACCEPTANCE AND REJECTION: The purchasing agencies reserve the right to accept
or reject all or any part of a bid or any and all bids, to waive minor technicalities, and to
award the bid to best serve the interest of the agencies.
BRAND NAME REFERENCES: Bids on brands of like nature and quality will be
considered. Bids must show the manufacturer, brand or trade name, and other
descriptions, and should include the manufacturer's illustrations and complete
descriptions of the product offered. The purchasing agencies reserve the right to
determine whether offered brands are equivalent and meet the standards of the items
specified, and the purchasing agencies may require the bidder to supply additional
descriptive material.
DEFAULT: All products furnished will be subject to inspection and acceptance of the
purchasing agency after delivery. Back orders, default in promised delivery, or failure to
meet specifications authorize the purchasing agency to cancel the contract.
INVOICING: An itemized invoice addressed to the purchasing agency reflecting the
agency's individual purchase confirtiation, item description, quantity, unit price, and total
price including applicable sales tax is required. Payment to the vendor by the
purchasing agency will be made within 30 days following delivery, acceptance and
invoicing in accordance with these specifications.
DELIVERY (FOB DESTINATION, FREIGHT PAID):
Delivery is required within forty-five (45) calendar days after receipt of order, "Calendar
days" shall be defined as. Monday through Sunday of each week inclusive of all official
Federal holidays. All transportation expenses for delivery of the finished product will be
the responsibility of the contractor.
Extended (Alternate) delivery days may be considered when in the best interest of the
purchasing agencies.
3
If delivery guaranty of forty-five (45) days cannot be met by the bidder, the bidder must
state the number of days required to place the product in the ordering agencies
designated location. Failure to state the delivery days obligates the bidder to
complete delivery within forty-five (46) calendar days after receipt of order.
If the bidder desires to submit an alternate delivery period, the bidder shall insert the
number of working days required by the bidder for the delivery of stated product in the
blank below.
ALTERNATE DELIVERY: working days after receipt of order for delivery to
designated location.
DELIVERY LOCATIONS:
Fayetteville, Arkansas Fire Department;
Springdale, Arkansas Fire Department;
Lowell, Arkansas Fire Department;
Rogers, Arkansas Fire Department
Bentonville, Arkansas Fire Department;
Other fire departments within Benton, Carroll, Madison, and
Washington Counties, Arkansas
LIQUIDATED DAMAGES OR PENALTY:
All products furnished will be subject to inspection and acceptance after delivery. Failure
to meet specifications constitutes breach of contract and liquidated damages may be
imposed by the purchasing agencies.
Liquidated damages imposed by a purchasing agency against the bidder for failure to
meet the agreed upon delivery schedule will be one percent (1 %) of the invoice amount
of the applicable order for each working day beyond the specified delivery time. The
bidder shall be relieved of delays due to causes beyond their control such as acts of
God, national emergency, strikes, or fire. The bidder must notify in writing, on a timely
basis, the purchasing agency of such developments stating reason, justification and
extent of delay.
MANUFACTURER AUTHORIZED REPAIR CENTER:
Bidders must provide valid proof of the availability of a factory approved
repair/refurbishment center for the timely repair and refurbishment of damaged and or
worn products purchased pursuant to this contract. Bidder must provide written
guaranty of working days required (barring severe or otherwise unusual circumstances)
to complete repair or refurbishment of product.
REPAIR/REFURBISHMENT TIME: Bidder guaranties they will repair or refurbish
products purchased under this contract in 15 working days after receipt of order
including return delivery to the purchasing agency.
DETAILED ITEM SPECIFICATIONS:
The minimum requirements of this specification are as defined by NFPA 1971, Standard
on Protective Ensemble for Structural Fire Fighting, 2013 Edition (hereinafter referred to
lu
as NFPA 1971, except in the absence of comment on a particular point, industry
standard practice shall be presumed to prevail. Workmanship and material shall be first
quality throughout. All exceptions to specifications must be clearly identified within
the bid. In the absence of comment to a specific point, the bidder Is required to furnish
a wholly compliant garment. Blanket exception(s) are not allowed.
Does your bid comply with all aspects of this section? Yes X No
The bidder must certify that the products proposed in this bid meet or exceed all
requirements of NFPA 1971. The manufacturer must also list and label this product with
Underwriters Laboratories Inc. (UL) or Safety Equipment Institute (SEI), as third party
certification as prescribed in NFPA 1971. All certification testing and test preconditioning
must have been performed by an ISO 17025 -certified laboratory. UL, SEI or a UL
Authorized Client Test Data Program laboratory may fulfill this requirement.
Labels shall be permanently and integrally printed onto materials that meet the
requirements for labels of NFPA 1971. The product shall be clearly labeled to fully
identify the material content of all three layers: outer shell, moisture barrier and thermal
liner. Each separable layer shall be labeled with the FEMSA-style DANGER label in an
obvious location.
Does your bid comply with all aspects of this section? Yes X No
Pattern tailoring to custom -fit individual department members is mandatory. Individual
personnel sizing shall be performed for each and every item ordered. Sizing must be
performed by a factory trained measurement specialist taking actual measurements of
the firefighter. Sizing measurements shall be taken at the local purchasing agency's
location under a schedule mutually agreed upon between the successful bidder and the
purchasing agency. No generic sizing such as Small -Medium -Large -Extra Large will be
allowed.
Does your bid comply with all aspects of this section? Yes X No
A comparative and full range of women's sizing, on women's patterns, must also be
available.
Does your bid comply with all aspects of this section? Yes X No
All linings, including thermal linings and moisture barriers, shall be tailor -graded to fit
within the overall garment composite of all layers without causing bunching or binding
when the garment is worn.
Does your bid comply with all aspects of this section? Yes X No
All thread used in seams shall be Nomex® of minimum Tex size T-70. Light colored
garments and trim areas shall feature yellow thread. Black and dark garments shall
feature black thread. Tan or bronze colored garments shall feature tan thread.
5
Does your bid comply with all aspects of this section? Yes X No
All moisture barrier seams shall be tape -sealed to meet all requirements of the NFPA
1971 Liquid Penetration Resistance Test.
Does your bid comply with all aspects of this section? Yes X No
All pockets and flaps shall be reinforced at the top corners with bar tack stitching. All
pockets shall be reinforced with an extra layer of NFPA-certified outer shell, moisture
barrier, or other NFPA-certified reinforcement material. The exact location of the
reinforcements shall be identified at the time of order by the purchasing agency. All
pockets shall have a means to drain water and shall have means of closure. All pocket
closures shall be made either with hook and loop fastener tape a minimum of 1.5 inches
wide, with a flap, or with snaps. The specific placement of the closure system shall be
declared at the time of order. 3 -Dimensional pocketing shall feature the same
construction details as the coats and pants.
Does your bid comply with all aspects of this section? Yes X No
All garment stress points shall be reinforced with sturdy bar tacks, rivets are not
acceptable.
Does your bid comply with all aspects of this section? Yes X No
Reinforcements shall be provided at cuffs and pockets and shall meet the requirements
of NFPA 1971.
All thermal liner or thermal enhancing materials used in the garments shall meet the
following criteria after a 500° Fahrenheit oven test:
1) Material shall remain intact and flexible
2) No portion of the material shall crack, crumble or flake
Does your bid comply with all aspects of this section? Yes X No
The following standards in their active versions on the date of invitation for bid shall form
a part of this specification to the extent specified herein.
ASTM D 6193-97 Standard Practice for Stitches and Seams
NFPA 1500, 2013 Edition Standard on Fire Department Occupational Safety and Health
Program
NFPA 1851, 2014 Edition Standard on Selection, Care, and Maintenance of Structural
Fire Fighting Protective Ensembles
NFPA 1971, 2013 Edition Standard on Protective Ensemble for Structural Fire Fighting
Does your bid comply with all aspects of this section? Yes X No
6
The coat composite (all three layers) shall not gap when the firefighter is bending,
crawling or climbing. Gapping shall be determined as defined by NFPA 1500 with both
arms fully overhead and wearer bending to rear, sides and front. The actual length of
coats (shorter or longer) will be determined by each individual's torso length. Coat must
interface properly with standard height pants.
Does your bid comply with all aspects of this section? Yes X No
Coats shall feature a tailored three-piece body, one-piece back construction throughout
the outer shell, moisture barrier and thermal liner layers. To facilitate individual tailoring
needs, the major A & B seams joining the one-piece back to the right and the left front
body panels (outer shell and all interior layers) shall be located at the most lateral
position when the coat is laid flat for inspection.
Does your bid comply with all aspects of this section? Yes )L_ No
Coats shall supply an NFPA required and certified Drag Rescue Device. The device
shall be designed to fit each individual's chest size. Each strap will be properly labeled
with DANGER labels that include what chest size the Rescue Strap is designed to fit
along with instructions for care and installation/removal of the Rescue Strap.
The grab handle shall be positioned at the rear of the upper torso where it will be
covered by an outer shell tunnel.
Does your bid comply with all aspects of this sectioh? Yes X No
The sleeves shall be of a two piece construction with an upper and a lower sleeve and
contoured to follow the natural shape of the arm at rest. Both the under and upper
sleeves shall be graded in proportion to the chest size.
Does your bid comply with all aspects of this section? Yes X No
Coats shall be equipped with Nomex® knit wristlets with thumb loop not less than 4
inches in length and of double thickness. Nomex® knit is constructed of 96% Nomex®
and 4% Spandex for shape retention. The color of the wristlets shall be grey. The
wristlets shall be sewn to the end of the liner sleeves. Flame resistant neoprene coated
cotton/polyester impermeable barrier material shall be sewn to the inside of the sleeve
shell approximately 5 inches from the sleeve end and extending toward the cuff forming
the sleeve well. The neoprene sleeve well shall form an elasticized cuff end with an FR
Velcro® tab providing a snug fit at the wrist and covering the knit wristlet. This sleeve
well configuration serves to prevent water and other hazardous elements from entering
the sleeves when the arms are raised. The neoprene barrier material shall also line the
inside of the sleeve shell from the cuff to a point approximately 5 inches back, where it
joins the sleeve well and is double stitched to the shell. Four Ara -shield® snap tabs will
be sewn into the juncture of the sleeve well and wristlet. The tabs will be spaced
equidistant from each other and shall be fitted with female snap fasteners to
accommodate corresponding male snaps in the liner sleeves. One of the Ara-
shield®
snap tabs shall be a different color in the liner to correspond with color coded snap tabs
for ease of matching the liner system to the outer shell after inspection or cleaning is
7
completed. This configuration will ensure there is no interruption in protection between
the sleeve liner and wristlet.
Does your bid comply with all aspects of this section? Yes X No
Coats shall incorporate separate facings to ensure there is no interruption in thermal or
moisture protection in the front closure area. The facings shall measure approximately 3
inches wide, extend from collar to hem, and be double stitched to the underside of the
outer shell at the leading edges of the front body panels. A breathable moisture barrier
material shall be sewn to the jacket facings and configured such that it is sandwiched
between the jacket facing and the inside of the respective body panel. The breathable
film side shall face inward to protect it. There shall be wicking ba►;rier constructed of
Crosstech 2F moisture barrier material installed on the front closure system on the left
and right side directly below the front facings to ensure continuous protection and
overlap. The wicking barrier shall extend no more than a maximum of 3l" beyond the
inner facing and false facing shall be unacceptable. The thermal liner and moisture
barrier assembly shall be attached to the jacket facings by means of snap. fasteners.
Does your bid comply with all aspects of this section? Yes X No
Coats outer shell materials shall be of 7.5 oz. Safety Components "PBI Max" fabric or
TenCate "Kombat Flex" fabric.
Coats thermal lining materials shall be of 7.4 oz. calendared 100% spun IsoDri Glide 2L
AraFlow K6 or equivalent.
Coats moisture barriers shall be of 5.0 oz; Crosstech Black material.
Does your bid comply with all aspects of this section? Yes X No
The thermal liner and moisture barrier shall be completely removable from the jacket.
shell. Two strips of 5l inch wide FR Velcro® fastener tape shall secure the thermal
liner/moisture barrier to the outer shell along the length of the neckline under the collar.
This opening shall run the full length of the collar for the purpose of Inspecting the inner
surfaces of the jacket liner system. The remainder of the thermal liner/moisture barrier
shall be secured with a minimum of four snap fasteners appropriately spaced on each
jacket facing and four Ara„Shield®snap fasteners at each sleeve end, The outside
perimeter of the moisture barrier and thermal liner layers shall be bound together along
the side and bottom edges with a bias -cut neoprene coated cotton/polyester binding for
a finished appearance that prevents fraying and wicking of contaminants. Stitching used
to secure the thermal liner and moisture barrier in place of the neoprene shall not be
considered, since stitching is not able to provide the same level of abrasion resistance.
Does your bid comply with all aspects of this section? Yes X No
Coats shall be provided with additional optional specifications listed below:
Free hanging throat tab
Yes X No
8
Liner Inspection Port
Yes
X
No
Detachable Liner
Yes
jL
No
Liner Label Pocket
Yes
X
No
Nomex-Tabbed long wristlets
Yes
X
Na
Scotchlite Trim, Lime 2 -Tone, "Project Fires"
Yes_X No
Back Patch with 311 sewn letters -lime Scotchlite
(Department Specification Vary — See Department Options Page)
Yes X No
Hanging Letter Patch with - Avg.7 Letters - 3" sewn letters -lime Scotchlite; 2" Letters to
may be used if necessary to fit (Removable Name Plate —1st initial with "period", Last
Name. Panel shall be drop down tall with snap and Velcro attachment.)
2" Velcro/Zipper Coat Closure
Yes_X No
Yes X No
Thermal Enhancements (Over Shoulders, Across Back, Wrist to Elbow)
YesX No
Coat sleeve cuffs —"Dragon Hide" or equivalent Yes X No
Shoulder top outer reinforcement - "Dragon Hide" or equivalent.
Yes_XNo
Sleeve reinforcement at elbow — "Dragon Hide" or equivalent.
Yes X No
Full Bellows Pockets - PBI Max or equivalent - Bronze - 2" X 8" X8" Pocket closures
shall be of lay flat flaps with hook and loop Velcro fabric.
Yes X No
One tool pouch constructed of Kevlar in one coat pocket. Side to be determined by
agency Yes X No
Does your bid comply with all aspects of this section? Yes X No —
9
PANTS
The pants shall be ladder belt capable to include sufficient belt loops to support rescue
operations. Belts will be purchased individually and are not to be included in this bid.
However, all pants shall be manufactured to allow for use of rescue belt.
Does your bid comply with all aspects of this section? Yes __-,X. No
Pants fly closures shall consist of zipper, outer flap with Velcro, and Nomex belt wl
evenly spaced outer shell belt loops.
Does your bid comply with all aspects of this section? Yes _X.___ No
The pants shall be of a traditional waist -high -only design to facilitate full torso ventilation
of front, rear and sides of trunk.
Does your bid comply with all aspects of this section? Yes X No
The body of the shell shall be constructed of four separate body panels consisting of two
front panels and two back panels. The body panels shall be shaped so as to provide a
tailored fit, thereby enhancing body movement, and shall be joined together by double
stitching with Nomexx thread. The body panels and seam lengths shall be graded to
size to assure accurate fit in a broad range of sizes.
Does your bid comply with all aspects of this section? Yes X No
The rise of the rear pant center back seam, from the top back of the waistband to where
it intersects the inside leg seams at the crotch, shall exceed the rise at the front of the
pant by 8 inches. The longer rear center back seam provides added fullness to the seat
area for extreme mobility without restriction when stepping up or crouching and will be
graded to size. This feature in combination with other design elements will maintain
alignment of the knee directly over the knee pads when kneeling and crawling.
Does your bid comply with all aspects of this section? Yes X No
On the inside waistband shall be attachments for the standard "H" style or "V" style
"Padded Rip Cord" suspenders, There will be four attachments total — 2 front, 2 back.
The suspender attachments shall be constructed of a double layer of black aramid
measuring approximately 1/2 inch wide by 3 -inches long. They shall be sewn in a
horizontal position on the ends only to form a loop. The appearance will be much like a
horizontal belt loop to capture the suspender ends. Manufacturing style may vary so long
as intended result is met.
Does your bid comply with all aspects of this section? Yes X No
The outer shell of the pant shall wrap over thermal lining and moisture barrier at the
waist, in order to minimize unsnapping of liner during donning process. OR The waist
10
area of the pants shall be reinforced on the inside with a separate piece of black aramid
outer shell material not less than two inches in width. Neoprene coated cotton/polyester
shall be sewn to the back of the waistband as a reinforcement. The aramid/Neoprene
waistband shall be cut on the bias to allow the waistband to stretch for unrestricted
movement and increased comfort. The top edge of the waistband reinforcement shall be
double stitched to the outer shell at the top of the pants. The lower edge of the
waistband shall be serged and unattached to the shell to accept the thermal liner and
moisture barrier. The top of the thermal liner and moisture barrier shall be secured to the
underside of the waistband reinforcement so as to be sandwiched between the
waistband reinforcement and outer shell to reduce the possibility of liner detachment
while donning and to avoid pass through of snaps from the outer shell to the inner liner.
The liner system of the pant shall incorporate a full length opening along the entire
waistline for ease in inspecting the inner layers as well as performing the complete Liner
Inspection. The thermal liner and moisture barrier shall be individually bound with a
neoprene coated bias cut tape, and joined together with a snap at the center back.
There shall be a minimum of 4 snap tabs sewn to the underside of the waistband, with
corresponding snaps in the moisture barrier layer 10 secure the barrier to the shell The
pant thermal layer shall snap directly to the waistband by means of nine snap
fasteners. There shall be no hook and loop used to close the liner access opening.
Does your bid comply with all aspects of this section? Yes X No
Pant outer shell materials shall be of 7.5 oz. Safety Components "PBI Max" fabric or
TenCate "Kombat Flex" fabric.
Pant thermal lining materials shall be of 7.4 oz. calendared 100% spun IsoDri Glide 2L
AraFlow K6 or equivalent.
Pant moisture barriers shall be of 5.0 oz; Crosstech Black material.
Does your bid comply with all aspects of this section? Yes X No
Pants shall be provided with additional optional specifications listed below:
Narrow 1.5" Velcro Fly
Yes
No
_X
Liner Inspection Port
Yes
X
No
Detachable Liner
Yes
X
No
3" Cuff trim -Lime 2 -Tone Scotchlite
Yes
X
No
Angled Cuffs - Pants Cuffs trim — "Dragon Hide" or equivalent
Yes .X No
Pant leg and knees — Integral knee pads built into liners. Padding to include dual layer
closed cell foam and single layer silicone pad sewn into liners. Knee exterior pant
surface shall be protected by "Dragon Hide" or equivalent.
11
Yes X No
Large Bellows Pockets -Pants - PBI Max or equivalent - 10" x 10" x 2" lined with Kevlar.
Yes X No
One tool pouch constructed of Kevlar in one pant pocket. Side to be determined by
agency Yes ,X_ No
Snap Style Suspender Attachment Yes X No
Suspenders with Snap Attach and Quick Adjust Installed
Yes X No
The following Department Specific Options must be incorporated into the bidder's
price entered on Page One of this Bid Invitation:
Springdale Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)/"G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "SPRINGDALE FIRE" in 3"
sewn letters of lime Scotchlite.
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x2" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate
"Survivor" 90° flashlight located on right chest.
Does your bid comply with all aspects of this section? Yes X No
Bentonville Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)/"G XceI" (pant) cut for Globe
products or "V -Force" for Lion products.
12
Back Patch of PBI Max or equivalent, Bronze in color, with "B.F.D." in 3" sewn letters of
time Scotchlite and 3 sewn "Periods"
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Big
Ed" 90° style flashlight and located on right chest.
Does your bid comply with all aspects of this section? Yes X No
Fayetteville Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)!"G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "F.F.D." In 3" sewn letters of
lime Scotchlite and 3 sewn "Periods"
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Flashlight Clip wNelcro on Strap of PBI Max or equivalent, Bronze in color to
accommodate "Survivor" 90° flashlight located on right chest.
Does your bid comply with all aspects of this section? Yes
Lowell Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)/"G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "LOWELL FIRE" in 3" sewn
letters of lime Scotchlite.
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x2" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
13
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate
"Survivor " 90° flashlight located on right chest.
Does your bid comply with all aspects of this section? Yes
Rogers Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)P'G-Xcel" (pant) cut for Globe
products or "V- Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "ROGERS FIRE" in 3" sewn
letters of lime Scotchlite.
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate
"Survivor " 90° flashlight located on right chest.
Does your bid comply with all aspects of this section? Yes x No -
SUBSTITUTION OF BRAND:
No substitutions of brand under this contract after award. Any delivery of unauthorized
substitutions will be considered contract default.
GUARANTY:
All items delivered shall be newly manufactured and in first class condition. The bidder
hereby guarantees that items furnished hereunder will be free from defects in design,
workmanship and material. The bidder also guarantees that all applicable laws will be
complied with relating to construction, packaging, labeling and registration. The bidder's
obligations under this paragraph shall survive for a period of one year from the date of
delivery, unless otherwise specified herein.
ASSIGNMENT:
14
The contract entered into pursuant to this invitation for bid is not assignable, nor the
duties herein delegable by either party without the written consent of the other party of
the contract.
DISCRIMINATION: In order to comply with the provision of Act 954 of 1977, relating to
unfair employment practices, the bidder agrees that the bidder will not discriminate
against any employee or applicant for employment because of race, sex, color, age,
religion, handicap, or national origin.
BIDDER'S CONTACT INFORMATION
COMPANY NAME
STREET ADDRESS
CITY
STATE and ZIP CODE
PHONE NUMBER
eJO J' fhalt ('/t �l
2J1L// I3
/-4 . 9 7�
AUTHORIZED AGENT OF BIDDER SIGNATURE AND TITLE
JL
Signature Title
15
1. t F CO"
1615 West Moulton Street
lf Decatur, Alabama 35601
INVITATION FOR COMPETITIVE SEALED BIDS Fn8c 6 a SS4852
TM Www.nafeco.com
SCOPE:
The scope of this Invitation to Bid is to provide firm contract pricing for Structural Firefighting Blood Borne
Resistant Personal Protective Clothing (Coats and Pants) to be purchased by the agencies listed below and to
provide for a clear annual cost increase program of the stated items ordered for contract period of three (3)
years beginning on March 10, 2015 and ending on March 9, 2018.
BID ITEMS: Structural Firefighting Personal Protective Clothing (Coats and Pants) as further specified later in
this document.
Bid pricing must Include individual fire department personnel sizing for custom fit of the stated coats and pants
to be performed in house at the local fire stations of the purchasing agencies by factory trained dealer
representatives. NO EXCEPTIONS.
Item
Description
Structural Firefighting Personal Protective Coat with Springdale Options
Structural Firefighting Personal Protective Pants with Springdale Options
Structural Firefighting Personal Protective Coat with Fayetteville Options
Structural Firefighting Personal Protective Pants with Fayetteville Options
Structural Firefighting Personal Protective Coat with Bentonville Options
Unit Price
$ 1,335.59 LICK V Fbxce
$ 860.26 LTCN V-Fcrce
$ 1,320.79 LTCN V -Force
$ 860.26 LTCN V -Foy
$ 1,320.79 L7lCN V Force
Structural Firefighting Personal Protective Pants with Bentonville Options $ 860.79 LICN V --Farce
0PiI : ]Ntra T)amal F nforces nt across back yoke & sled please AD $ 55.74 e
City patch and USA flag on left and right sleeve of coat. One patch shall be attached to each side as
determined by city. Patches shall be of NFPA compliant construction, Pricing shall include one patch for each
sleeve of one (1) coat. $ .11.(3(} 11 1 rlaa�I NCPA Cbxt Ci_ecl WM-:%'.Gity Patti will. neaI
to be reviev d & priced accordir to colors & stitch caxit, to deter uJ.' p± ±.
The bid unit price must cover all of the materials and operations necessary for the production of items as
specified including delivery (FOB Destination, freight paid). Sales tax is not to be included in the bid unit
price. Applicable Arkansas sales tax laws (state and local) will apply to this bid, but will not be considered in
award of the bid.
1. The entire cost of preparing and providing responses to this bid invitation shall be borne by the bidder.
2. All bidders must be authorized dealers to sell and service the products specified.
PURCHASING AGENCIES:
Fayetteville, Arkansas Fire Department;
Springdale, Arkansas Fire Department;
Lowell, Arkansas Fire Department;
Rogers, Arkansas Fire Department
Bentonville, Arkansas Fire Department;
Other fire departments within Benton, Carroll, Madison, and Washington
Counties, Arkansas
& Please sea the next pie for additiona1 pricing bear, offered for the other cagities Listed.
%Mc.Bid prices are effective itil 3/8/16. Option to raaw for (2) a±li.tional x:year terns: imreases will be
Lased upon CPI.
STRUCTURAL FIREFIGHTING BLOOD BORNE RESISTANT PERSONAL PROTECTIVE
CLOTHING (COATS a PANTS)
ADDITIONAL PRICING
Structural Firefighting Personal Protective Coat with LOWELL Options
$ 1,333.48
Structural Firefighting Personal Protective Pant with LOWELL Options
860.00
Structural Firefighting Personal Protective Coat with ROGERS Options
$1,333.48
Structural Firefighting Personal Protective Pant with ROGERS Options
923.18
to as NFPA 1971, except in the absence of comment on a particular point, industry
standard practice shall be presumed to prevail. Workmanship and material shall be first
quality throughout. All exceptions to specifications must be clearly Identified within
the bid. In the absence of comment to a specific point, the bidder is required to furnish
a wholly compliant garment. Blanket exception(s) are not allowed.
Does your bid comply with all aspects of this section? Yes No
The bidder must certify that the products proposed in this bid meet or exceed all
requirements of NFPA 1971. The manufacturer must also list and label this product with
Underwriters Laboratories Inc. (UL) or Safety Equipment Institute (SEI), as third party
certification as prescribed in NFPA 1971. All certification testing and test preconditioning
must have been performed by an ISO 17025 -certified laboratory. UL, SEI or a UL
Authorized Client Test Data Program laboratory may fulfill this requirement.
Labels shall be permanently and integrally printed onto materials that meet the
requirements for labels of NFPA 1971. The product shall be clearly labeled to fully
identify the material content -of all three layers: outer shell, moisture barrier and thermal
liner. Each separable layer shall be labeled with the FEMSA-style DANGER label in an
obvious location.
Does your bid comply with all aspects of this section? Yes / No
Pattern tailoring to custom -fit individual department members is mandatory. Individual
personnel sizing shall be performed for each and every item ordered. Sizing must be
performed by a factory trained measurement specialist taking actual measurements of
the firefighter. Sizing measurements shall be taken at the local purchasing agency's
location under a schedule mutually agreed upon between the successful bidder and the
purchasing agency. No generic sizing such as Small -Medium -Large -Extra Large will be
allowed.
Does your bid comply with all aspects of this section? Yes No
A comparative and full range of women's sizing, on women's patterns, must also be
available.
Does your bid comply with all aspects of this section? Yes V1 No
All linings, including thermal linings and moisture barriers, shall be tailor -graded to fit
within the overall garment composite of all layers without causing bunching or binding
when the garment is worn.
Does your bid comply with all aspects of this section? Yes No
All thread used in seams shall be Nomex® of minimum Tex size T-70. Light colored
garments and trim areas shall feature yellow thread. Black and dark garments shall
feature black thread. Tan or bronze colored garments shall feature tan thread.
Does your bid comply with all aspects of this section? Yes No
All moisture barrier seams shall be tape -sealed to meet all requirements of the NFPA
1971 Liquid Penetration Resistance Test.
Does your bid comply with all aspects of this section? Yes - No
All pockets and flaps shall be reinforced at the top corners with bar tack stitching. All
pockets shall be reinforced with an extra layer of NFPA-certified outer shell, moisture
barrier, or other NFPA-certified reinforcement material. The exact location of the
reinforcements shall be identified at the time of order by the purchasing agency. All
pockets shall have a means to drain water and shall have means of closure. All pocket
closures shall be made either with hook and loop fastener tape a minimum of 1.5
inches wide, with a flap, or with snaps. The specific placement of the closure system
shall be declared at the time of order. 3 -Dimensional pocketing shall feature the same
construction details as the coats and pants.
Does your bid comply with all aspects of this section? Yes No
All garment stress points shall be reinforced with sturdy bar tacks, rivets are not
acceptable.
Does your bid comply with all aspects of this section? Yes No
Reinforcements shall be provided at cuffs and pockets and shall meet the requirements
of NFPA 1971.
All thermal liner or thermal enhancing materials used in the garments shall meet the
following criteria after a 500° Fahrenheit oven test:
1) Material shall remain intact and flexible
2) No portion of the material shall crack, crumble or flake
Does your bid comply with all aspects of this section? Yes No
The following standards in their active versions on the date of invitation for bid shall form
a part of this specification to the extent specified herein.
ASTM D 6193-97 Standard Practice for Stitches and Seams
NFPA 1500, 2013 Edition Standard on Fire Department Occupational Safety and Health
Program
NFPA 1851, 2014 Edition Standard on Selection, Care, and Maintenance of Structural
Fire Fighting Protective Ensembles
NFPA 1971, 2013 Edition Standard on Protective Ensemble for Structural Fire Fighting
Does your bid comply with all aspects of this section? Yes No
The coat composite (all three layers) shall not gap when the firefighter is bending,
crawling or climbing. Gapping shall be determined as defined by NFPA 1500 with both
arms fully overhead and wearer bending to rear, sides and front. The actual length of
coats (shorter or longer) will be determined by each individual's torso length. Coat must
interface properly with standard height pants.
Does your bid comply with all aspects of this section? Yes ' _ No _____
Coats shall feature a tailored three-piece body, one-piece back construction throughout
the outer shelf, moisture barrier and thermal liner layers. To facilitate individual tailoring
needs, the major A & B seams joining the one-piece back to the right and the left front
body panels (outer shell and all interior layers) shall, be located at the most lateral
position when the coat is laid flat for inspection.
Does your bid comply with all aspects of this section? Yes - No
Coats shall supply an NFPA required and certified Drag Rescue Device. The device
shall be designed to fit each individual's chest size. Each strap will be properly labeled
with DANGER labels that include what chest size the Rescue Strap is designed to fit
along with instructions for care and installation/removal of the Rescue Strap.
The grab handle shall be positioned at the rear of the upper torso where it will be
covered by an outer shell tunnel.
Does your bid comply with all aspects of this section? Yes No
The sleeves shall be of a two piece construction with an upper and a lower sleeve and
contoured to follow the natural shape of the arm at rest. Both the under and upper
sleeves shall be graded in proportion to the chest size.
Does your bid comply with all aspects of this section? Yes No
Coats shall be equipped with Nomex® knit wristlets with thumb loop not less than 4
inches in length and of double thickness. Nomex® knit is constructed of 96% Nomex®
and 4% Spandex for shape retention. The color of the wristlets shall be grey. The
wristlets shall be sewn to the end o₹ the liner sleeves. Flame resistant neoprene coated
cotton/polyester impermeable barrier material shall be sewn to the inside of the sleeve
shell approximately 5 Inches from the sleeve end and extending toward the cuff forming
the sleeve well. The neoprene sleeve well shall form an elasticized cuff end with an
FR Velcro® tab providing a snug fit at the wrist and covering the knit wristlet. This
sleeve well configuration serves to prevent water and other hazardous elements from
entering the sleeves when the arms are raised. The neoprene barrier material shall
also line the inside of the sleeve shell from the cuff to a point approximately 5 inches
back, where it joins the sleeve well and is double stitched to the shell. Four Ara -shield®
snap tabs will be sewn into the juncture of the sleeve well and wristlet. The tabs will
be spaced equidistant from each other and shall be fitted with female snap fasteners to
accommodate corresponding male snaps in the liner sleeves. One of the Ara-
shield®
snap tabs shall be a different color in the liner to correspond with color coded snap tabs
for ease of matching the liner system to the outer shell after inspection or cleaning is
completed. This configuration will ensure there ino interruption in protection between
the sleeve liner and wristlet.
Does your bid comply with all aspects of this section? Yes No
Coats shall incorporate separate facings to ensure there is no interruption in thermal or
moisture protection in the front closure area. The facings shall measure approximately
3 inches wide, extend from collar to hem, and be double stitched to the underside of the
outer shell at the leading edges of the front body panels. A breathable moisture barrier
material shall be sewn to the jacket facings and configured such that it is sandwiched
between the jacket facing and the inside of the respective body panel. The breathable
film side shall face inward to protect it. There shall be wicking barrier constructed of
Crosstech 2F moisture barrier material installed on the front closure system on the
left and right side directly below the front facings to ensure continuous protection and
overlap. The wicking barrier shall extend no more -than a maximum of 3 " beyond the
inner facing and false facing shall be unacceptable. The thermal liner and moisture
barrier assembly shall be attached to the jacket facings by means of snap fasteners.
Does your bid comply with all aspects of this section? Yes � Na
Coats outer shell materials shall be of 7.5 oz. Safety Components "PBI Max" fabric or
TenCate "Kombat Flex" fabric.
Coats thermal lining materials shall be of 7.4 oz. calendared 100% spun IsoDri Glide 2L
AraFlow K6 or equivalent.
Coats moisture barriers shall be of 5.0 oz; Crosstech Black material.
Does your bid comply with all aspects of this section? Yes No
The thermal liner and moisture barrier shall be completely removable from the jacket
shell. Two strips of % inch wide FR Velcro® fastener tape shall secure the thermal liner/
moisture barrier to the outer shell along the length of the neckline under the collar. This
opening shall run the full length of the collar for the purpose of inspecting the inner
surfaces of the jacket liner system. The remainder of the thermal liner/moisture barrier
shall be secured with a minimum of four snap fasteners appropriately spaced on each
jacket facing and four Ara -Shield® snap fasteners at each sleeve end. The outside
perimeter of the moisture barrier and thermal liner layers shall be bound together along
the side and bottom edges with a bias -cut neoprene coated cotton/polyester binding for
a finished appearance that prevents fraying and wicking of contaminants. Stitching Used
to secure the thermal liner and moisture barrier in place of the neoprene shall not be
considered, since stitching is not able to provide the same level of abrasion resistance.
Does your bid comply with all aspects of this section? Yes 4 No
Coats shall be provided with additional optional specifications listed below:
Free hanging throat tab Yes No
Liner Inspection Port
Detachable Liner
Liner Label Pocket
Nomex-Tabbed long wristlets
Scotchlite Trim, Lime 2 -Tone, "Project Fires"
Yes No
Yes/ No
Yes .1 No
Yes No
Yes / No
Back Patch with 3" sewn letters -lime Scotchlite
(Department Specification Vary— See Department Options Page)
Yes No
Hanging Letter Patch with - Avg.7 Letters - 3" sewn letters -lime Scotchlite; 2" Letters to
may be used if necessary to fit (Removable Name Plate —1st Initial with "period", Last
Name. Panel shall be drop down tall with snap and Velcro attachment.)
Yes _ _ No
2" Velcro/Zipper Coat Closure
Yes / No
Thermal Enhancements (Over Shoulders, Across Back, Wrist toE_l�b�vv) OP
Coat sleeve cuffs —"Dragon Hide" or equivalent Yes ✓ No
Shoulder top outer reinforcement - "Dragon Hide" or equivalent.
Yes No.
Sleeve reinforcement at elbow — "Dragon Hide" or equivalent.
Yes No,
Full Bellows Pockets - PBl Max or equivalent - Bronze - 2" X 8" X8" Pocket closures
shall be of lay flat flaps with hook and loop Velcro fabri
Yes No
One tool pouch constructed of Kevlar in one coat pocket. Side to be determined by
agency
Yes No
Does your bid comply with all aspects of this section? Yes _ No
PANTS
The pants shall be ladder belt capable to include sufficient belt loops to support rescue
operations. Belts will be purchased individually and are not to be included in this bid.
However, all pants shall be manufactured to allow for use of rescue belt.
Does your bid comply with all aspects of this section? Yes /No
Pants fly closures shall consist of zipper, outer flap with Velcro, and Nomex belt w/
evenly spaced outer shell belt loops.
Does your bid comply with all aspects of this section? Yes No
The pants shall be of a traditional waist -high -only design to facilitate full torso ventilation
of front, rear and sides of trunk.
Does your bid comply with all aspects of this section? Yes No
The body of the shell shall be constructed of four separate body panels consisting of two
front panels and two back panels. The body panels shall be shaped so as to provide a
tailored fit, thereby enhancing body movement, and shall be joined together by double
stitching with Nomexe thread. The body panels and seam lengths shall be graded to
size to assure accurate fit in a broad range of sizes.
Does your bid comply with all aspects of this section? Yes No
The rise of the rear pant center back seam, from the top back of the waistband to where
it intersects the inside leg seams at the crotch, shall exceed the rise at the front of the
pant by 8 inches. The longer rear center back seam provides added fullness to the seat
area for extreme mobility without restriction when stepping up or crouching and will be
graded to size. This feature in combination with other design elements will maintain
alignment of the knee directly over the knee pads when kneeling and crawling.
Does your bid comply with all aspects of this section? Yes ® No
On the inside waistband shall be attachments for the standard "H" style or "V"
style "Padded Rip -Cord" suspenders. There will be four attachments total —2 front,
2 back. The suspender attachments shall be constructed of a double layer of black
aramid measuring approximately 1/2 inch wide by 3 -inches long. They shall be sewn in a
horizontal position on the ends only to form a loop. The appearance will be much like a
horizontal belt loop to capture the suspender ends. Manufacturing style may vary so long
as intended result is met.
Does your bid comply with all aspects of this section? Yes No
The outer shell of the pant shall wrap over thermal lining and moisture barrier at the
waist, in order to minimize unsnapping of liner during donning process. OR The waist
area of the pants shall be reinforced on the inside with a separate piece of black aramid
outer shell material not less than two inches in width. Neoprene coated cotton/polyester
shall be sewn to the back of the waistband as a reinforcement. The aramid/Neoprene
waistband shall be cut on the bias to allow the waistband to stretch for unrestricted
movement and increased comfort. The top edge of the waistband reinforcement shall
be double stitched to the outer shell at the top of the pants. The lower edge of the
waistband shall be serged and unattached to the shell to accept the thermal liner and
moisture barrier. The top of the thermal liner and moisture barrier shall be secured to
the underside of the waistband reinforcement so as to be sandwiched between the
waistband reinforcement and outer shell to reduce the possibility of liner detachment
while donning and to avoid pass through of snaps from the outer shell to the inner liner.
The liner system of the pant shall incorporate a full length opening along the entire
waistline for ease in inspecting the inner layers as well as performing the complete
Liner Inspection. The thermal liner and moisture barrier shall be individually bound
with a neoprene coated bias cut tape, and joined together with a snap at the center
back. There shall be a minimum of 4 snap tabs sewn to the underside of the waistband,
with corresponding snaps in the moisture barrier layer to secure the barrier to the shell
The pant thermal layer shall snap directly to the waistband by means of nine snap
fasteners. There shall be no hook and loop used to close the liner access opening.
Does your bid comply with all aspects of this section? Yes * No
Pant outer shell materials shall be of 7.5 oz. Safety Components "PBI Max" fabric or
TenCate "Kombat Flex" fabric.
Pant thermal lining materials shall be of 7.4 oz. calendared 100% spun IsoDri Glide 2L
Ara Flow K6 or equivalent.
Pant moisture barriers shall be of 5.0 oz; Crosstech Black material.
Does your bid comply with all aspects of this section? Yes - No ______
Pants shall be provided with additional optional specifications listed below:
Narrow 1.5" Velcro Fly Yes I/ No
Liner Inspection Port Yes ______ No
Detachable Liner Yes No
3" Cuff trim -Lime 2 -Tone Scotchlite Yes No
Angled Cuffs - Pants Cuffs trim -- "Dragon Hide" or equivalent
Yes No
Pant leg and knees — Integral knee pads built into liners. Padding to include dual layer
closed cell foam and single layer silicone pad sewn into liners. Knee exterior pant
surface shall be protected by "Dragon Hide" or equivalent.
Yes No
Large Bellows Pockets -Pants - PBI Max or equivalent - 10" x 10" x2'ined with Keviar.
Yes No
One tool pouch constructed of Kevlar in one pant pocket. Side to be determined by
agency
Yes No
Snap Style Suspender Attachment Yes No
Suspenders with Snap Attach and Quick Adjust installed
Yes _____No
The following Department Specific Options must be incorporated into the bidder's
price entered on Page One of this Bid Invitation:
Springdale Fire Department Option Package:
Pant and coat shalt be of "G -Extreme" (coat)I"G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "SPRINGDALE FIRE" in 3"
sewn letters of lime Scotchlite.
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x2" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to
accommodate "Survivor " 90' flashlight located on right chest.
Does your bid comply with all aspects of this section? Yes No
Bentonville Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)I"G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "B.F.D." in 3" sewn letters of
lime Scotchlite and 3 sewn "Periods"
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mourited vertically 6 inches
below neck flap.
Lanyard Flashlight Clip of PBl Max or equivalent, Bronze in color to accommodate "Big
Ed" 90° style flashlight and located on right chest.
Does your bid comply with all aspects of this section? Yes No
Fayetteville Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)/"G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "F.F.D." in 3" sewn letters of
lime Scotchllte and 3 sewn "Periods"
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Flashlight Clip wNelcro on Strap of PBI Max or equivalent, Bronze in color to
accommodate "Survivor" 90° flashlight located on right chest.
Lowell Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)!"G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "LOWELL FIRE" in 3" sewn
letters of lime Scotchllte.
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x2" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to
accommodate "Survivor " 90° flashlight located on right chest.
Rogers Fire Department Option Package;
Pant and coat shall be of "G -Extreme" (coat)/"G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "ROGERS FIRE" in 3" sewn
letters of lime Scotchlite.
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to
accommodate "Survivor " 90' flashlight located on right chest.
Does your bid comply with all aspects of this section? Yes * No ____
SUBSTITUTION OF BRAND:
No substitutions of brand under this contract after award. Any delivery of unauthorized
substitutions will be considered contract default.
GUARANTY:
All items delivered shall be newly manufactured and in first-class condition. The bidder
hereby guarantees that items furnished hereunder will be free from defects in design,
workmanship and material. The bidder also guarantees that all applicable laws will be
complied with relating to construction, packaging, labeling and registration. The bidder's
obligations under this paragraph shall survive for a period of one year from the date of
delivery, unless otherwise specified herein.
ASSIGNMENT:
The contract entered into pursuant to this invitation for bid is not assignable, nor the
duties herein delegable by either party without the written consent of the other party of
the contract.
DISCRIMINATION: In order to comply with the provision of Act 954 of 1977, relating
to unfair employment practices, the bidder agrees that the bidder will not discriminate
against any employee or applicant for employment because of race, sex, color, age,
religion, handicap, or national origin.
BIDDER'S CONTACT INFORMATION
COMPANY NAME 1J41 L'1 C)
STREET ADDRESS i6'5 ✓�(1 G�(7 c' t 6
CITY /)6C*7u✓_, ,4Z,
STATE and ZIP CODE 3S"
PHONE NUMBER /. g C)^ (p''d "6,Z63
AUTHORIZED AGENT OF BIDDER SIGNATURE AND TITLE
Signature Title
. au ! b �ugJtiltni 6V e
tsdl�(aectgltil(Jd soft s
ua��
jj
w� Jv*4F. [j�f15(1�t15MlS ((
WQ Jeap.lot(�ab(J3ualutstu
,•
:(Itffr,
ZOf f /Of8 ((a 7
fl/;,,vs.vllst�
txb "w__@l:8kL7•�6?:t7teat(c{
INVITATION FOR COMPETITIVE SEALED BIDS
SCOPE:
The scope of this Invitation to Bid is to provide firm contract pricing for Structural
Firefighting Blood Borne Resistant Personal Protective Clothing (Coats and Pants) to be
purchased by the agencies listed below and to provide for a clear annual cost increase
program of the stated items ordered for a contract period of three (3) years beginning on
March 10, 2015 and ending on March 9, 2018.
BID ITEMS: Structural Firefighting Personal Protective Clothing (Coats and Pants) as
further specified later in this document.
Bid pricing must include individual fire department personnel sizing for custom fit of the
stated coats and pants to be performed in house at the local fire stations of the
purchasing agencies by factory trained dealer representatives. NO EXCEPTIONS.
Item Description Unit Price
Structural Firefighting Personal Protective Coat with Springdale Options $
Structural Firefighting Personal Protective Pants with Springdale Options $
Structural Firefighting Personal Protective Coat with Fayetteville Options $
Structural Firefighting Personal Protective Pants with Fayetteville Options $ ,--�
Structural Firefighting Personal Protective Coat with Bentonville Options $ /'�
Structural Firefighting Personal Protective Pants with Bentonville Options $
City patch and USA flag on left and right sleeve of coat. One patch shall be attached to
each side as determined by city. Patches shall be of NFPA compliant construction. ,
Pricing shall include one patch for each sleeve of one (1) coat. $
The bid unit price must cover all of the materials and operations necessary for the
production of items as specified including delivery (FOB Destination, freight paid). Sales
tax is not to be included in the bid unit price. Applicable Arkansas sales tax laws
(state and local) will apply to this bid, but will not be considered in award of the bid.
1. The entire cost of preparing and providing responses to this bid invitation shall be
borne by the bidder.
2. All bidders must be authorized dealers to sell and service the products specified.
PURCHASING AGENCIES:
Fayetteville, Arkansas Fire Department;
Springdale, Arkansas Fire Department;
Lowell, Arkansas Fire Department;
Rogers, Arkansas Fire Department
Bentonville, Arkansas Fire Department;
Other fire departments within Benton, Carroll, Madison,
and Washington Counties, Arkansas
CONTACT PERSON and TELEPHONE: Springdale Fire Captain Dean Bitner,
Cell: 479-283-7297, Office: 479-751-4510
BID OPENING LOCATION:
City of Springdale Administration Building located at 201 Spring Street, Springdale,
Arkansas in room 236.
BID OPENING DATE AND TIME:
Monday, March 9, 2015 at 2:00 pm Central Daylight Time
BID SUBMISSION:
Bids may be mailed, shipped via common carrier, or hand delivered to City of
Springdale, City Clerk's Office located at 201 Spring Street, Springdale, Arkansas
72764 until 2:00 p.m. Monday, March 9, 2015.
Bids must be submitted on this form, with attachments as appropriate, on or before the
date and time specified for bid opening. If this form is not used, the bid may be rejected.
The bid must be typed or printed in ink and signed in ink. Unsigned bids will be
disqualified. The person signing the bid should show title or authority to bind his/her firm
in this contract. Bid prices must remain firm for consideration and acceptance for thirty
days from the bid opening date.
BIDS MAY NOT BE FAXED. SEALED BIDS WILL BE ACCEPTED FOR THE ABOVE
STATED PURCHASING AGENCIES ONLY UNTIL THE DATE AND TIME SPECIFIED
ABOVE AT THE SPECIFIED LOCATION. THE BID ENVELOPE MUST BE SEALED
AND SHOULD BE PROPERLY MARKED WITH "PROTECTIVE CLOTHING BID" AND
THE BIDDER'S NAME AND RETURN ADDRESS.
BIDICONTRACT RULES and PERIOD:
Bid prices are firm for the life of the contract with the following price escalation rules.
The contract is for a three (3) year term beginning on March 10, 2015 and ending on
March 9, 2018. Bid contract is for firm pricing on a calendar year (January to December)
basis. The initial bid price will be fixed for the period from March 10, 2015 until
December 31, 2015. Price increases will be allowed based on the Consumer Price
Index for each preceding calendar year for purchases ordered in 2016, 2017, and 2018
(prior to contract expiration on March 9, 2018. —f7< <4; ,&.j .-f3J",>
Pt2c�Utt�cc4
A contract award will be issued to the successful bidder. The contract results in a binding
obligation without further action by either party. This award does not authorize shipment.
Shipment is only authorized after the authorized purchasing agency provides
confirmation to the successful bidder in accordance with each purchasing agencies
purchasing procedures.
2
ESTIMATED QUANTITIES:
The purchasing agencies anticipate combined purchase quantities of fifty (50) units each
(Coats and Pants) per calendar year during the contract period. Actual order quantities
may be more or less than the estimated quantity. Quantities stated are estimates only,
and are not guaranteed.
ANTICIPATION TO AWARD BIDICONTRACT:
This Invitation for Bid will be awarded to the lowest responsive, responsible bidder that
meets all specifications and requirements stated herein for the life of the contract.
The purchasing agencies anticipate award of the contract within thirty (30) days following
bid opening.
STANDARD TERMS AND CONDITIONS:
ACCEPTANCE AND REJECTION: The purchasing agencies reserve the right to accept
or reject all or any part of a bid or any and all bids, to waive minor technicalities, and to
award the bid to best serve the interest of the agencies.
BRAND NAME REFERENCES: Bids on brands of like nature and quality will be
considered. Bids must show the manufacturer, brand or trade name, and other
descriptions, and should include the manufacturer's illustrations and complete
descriptions of the product offered. The purchasing agencies reserve the right to
determine whether offered brands are equivalent and meet the standards of the items
specified, and the purchasing agencies may require the bidder to supply additional
descriptive material.
DEFAULT: All products furnished will be subject to inspection and acceptance of the
purchasing agency after delivery. Back orders, default in promised delivery, or failure to
meet specifications authorize the purchasing agency to cancel the contract.
INVOICING: An itemized invoice addressed to the purchasing agency reflecting the
agency's individual purchase confirmation, item description, quantity, unit price, and total
price including applicable sales tax is required. Payment to the vendor by the
purchasing agency will be made within 30 days following delivery, acceptance and
invoicing in accordance with these specifications.
DELIVERY (FOB DESTINATION, FREIGHT PAID):
Delivery is required within forty-five (45) calendar days after receipt of order. "Calendar
days" shall be defined as Monday through Sunday of each week inclusive of all official
Federal holidays. All transportation expenses for delivery of the finished product will be
the responsibility of the contractor.
Extended (Alternate) delivery days may be considered when in the best interest of the
purchasing agencies.
3
If delivery guaranty of forty-five (45) days cannot be met by the bidder, the bidder must
state the number of days required to place the product in the ordering agencies
designated location. Failure to state the delivery days obligates the bidder to
complete delivery within forty-five (45) calendar days after receipt of order.
If the bidder desires to submit an alternate delivery period, the bidder shall insert the
number of working days required by the bidder for the delivery of stated product in the
blank below.
ALTERNATE DELIVERY: i0working days after receipt of order for delivery to
designated location.
DELIVERY LOCATIONS:
Fayetteville, Arkansas Fire Department;
Springdale, Arkansas Fire Department;
Lowell, Arkansas Fire Department;
Rogers, Arkansas Fire Department
Bentonville, Arkansas Fire Department;
Other fire departments within Benton, Carroll, Madison, and
Washington Counties, Arkansas
LIQUIDATED DAMAGES OR PENALTY:
All products furnished will be subject to inspection and acceptance after delivery. Failure
to meet specifications constitutes breach of contract and liquidated damages may be
imposed by the purchasing agencies.
Liquidated damages imposed by a purchasing agency against the bidder for failure to
meet the agreed upon delivery schedule will be one percent (1%) of the invoice amount
of the applicable order for each working day beyond the specified delivery time. The
bidder shall be relieved of delays due to causes beyond their control such as acts of
God, national emergency, strikes, or fire. The bidder must notify in writing, on a timely
basis, the purchasing agency of such developments stating reason, justification and
extent of delay.
MANUFACTURER AUTHORIZED REPAIR CENTER:
Bidders must provide valid proof of the availability of a factory approved
repair/refurbishment center for the timely repair and refurbishment of damaged and or
worn products purchased pursuant to this contract. Bidder must provide written
guaranty of working days required (barring severe or otherwise unusual circumstances)
to complete repair or refurbishment of product.
REPAIR/REFURBISHMENT TIME: Bidder g� aranties they will repair or refurbish
products purchased under this contract in LV working days after receipt of order
including return delivery to the purchasing agency.
DETAILED ITEM SPECIFICATIONS:
The minimum requirements of this specification are as defined by NFPA 1971, Standard
on Protective Ensemble for Structural Fire Fighting, 2013 Edition (hereinafter referred to
4
as NFPA 1971, except in the absence of comment on a particular point, industry
standard practice shall be presumed to prevail. Workmanship and material shall be first
quality throughout. All exceptions to specifications must be clearly Identified within
the bid. In the absence of comment to a specific point, the bidder is required to furnish
a wholly compliant garment. Blanket exception(s) are not allowed.
Does your bid comply with all aspects of this section? Yes l� No
The bidder must certify that the products proposed in this bid meet or exceed all
requirements of NFPA 1971. The manufacturer must also list and label this product with
Underwriters Laboratories Inc. (UL) or Safety Equipment Institute (SEI), as third party
certification as prescribed in NFPA 1971. All certification testing and test preconditioning
must have been performed by an ISO 17025 -certified laboratory. UL, SEI or a UL
Authorized Client Test Data Program laboratory may fulfill this requirement.
Labels shall be permanently and integrally printed onto materials that meet the
requirements for labels of NFPA 1971. The product shall be clearly labeled to fully
identify the material content of all three layers: outer shell, moisture barrier and thermal
liner. Each separable layer shall be labeled with the FEMSA-style DANGER label in an
obvious location.
Does your bid comply with all aspects of this section? Yes 7 No
Pattern tailoring to custom -fit individual department members is mandatory. Individual
personnel sizing shall be performed for each and every item ordered. Sizing must be
performed by a factory trained measurement specialist taking actual measurements of
the firefighter. Sizing measurements shall be taken at the local purchasing agency's
location under a schedule mutually agreed upon between the successful bidder and the
purchasing agency. No generic sizing such as Small -Medium -Large -Extra Large will be
allowed.
Does your bid comply with all aspects of this section? Yes V No
A comparative and full range of women's sizing, on women's patterns, must also be
available.
Does your bid comply with all aspects of this section? Yes s/ No
All linings, including thermal linings and moisture barriers, shall be tailor -graded to fit
within the overall garment composite of all layers without causing bunching or binding
when the garment is worn.
Does your bid comply with all aspects of this section? YesK No
All thread used in seams shall be Nomex® of minimum Tex size T-70. Light colored
garments and trim areas shall feature yellow thread. Black and dark garments shall
feature black thread. Tan or bronze colored garments shall feature tan thread.
Does your bid comply with all aspects of this section? Yes ' No
All moisture barrier seams shall be tape -sealed to meet all requirements of the NFPA
1971 Liquid Penetration Resistance Test.
Does your bid comply with all aspects of this section? Yes t/ No
All pockets and flaps shall be reinforced at the top corners with bar tack stitching. All
pockets shall be reinforced with an extra layer of NFPA-certified outer shell, moisture
barrier, or other NFPA-certified reinforcement material. The exact location of the
reinforcements shall be identified at the time of order by the purchasing agency. All
pockets shall have a means to drain water and shall have means of closure. All pocket
closures shall be made either with hook and loop fastener tape a minimum of 1.5 inches
wide, with a flap, or with snaps. The specific placement of the closure system shall be
declared at the time of order. 3 -Dimensional pocketing shall feature the same
construction details as the coats and pants.
Does your bid comply with all aspects of this section? Yes V No
All garment stress points shall be reinforced with sturdy bar tacks, rivets are not
acceptable.
Does your bid comply with all aspects of this section? Yes No
Reinforcements shall be provided at cuffs and pockets and shall meet the requirements
of NFPA 1971.
All thermal liner or thermal enhancing materials used in the garments shall meet the
following criteria after a 500° Fahrenheit oven test:
1) Material shall remain intact and flexible
2) No portion of the material shall crack, crumble or flake
Does your bid comply with all aspects of this section? Yes / No
The following standards in their active versions on the date of invitation for bid shall form
a part of this specification to the extent specified herein.
ASTM D 6193-97 Standard Practice for Stitches and Seams
NFPA 1500, 2013 Edition Standard on Fire Department Occupational Safety and Health
Program
NFPA 1851, 2014 Edition Standard on Selection, Care, and Maintenance of Structural
Fire Fighting Protective Ensembles
NFPA 1971, 2013 Edition Standard on Protective Ensemble for Structural Fire Fighting
Does your bid comply with all aspects of this section? Yes I No
on
The coat composite (all three layers) shall not gap when the firefighter is bending,
crawling or climbing. Gapping shall be determined as defined by NFPA 1500 with both
arms fully overhead and wearer bending to rear, sides and front. The actual length of
coats (shorter or longer) will be determined by each individual's torso length. Coat must
interface properly with standard height pants.
Does your bid comply with all aspects of this section? Yes ✓ No
Coats shall feature a tailored three-piece body, one-piece back construction throughout
the outer shell, moisture barrier and thermal liner layers. To facilitate individual tailoring
needs, the major A & B seams joining the one-piece back to the right and the left front
body panels (outer shell and all interior layers) shall be located at the most lateral
position when the coat is laid flat for inspection.
Does your bid comply with all aspects of this section? Yes / No
Coats shall supply an NFPA required and certified Drag Rescue Device. The device
shall be designed to fit each individual's chest size. Each strap will be properly labeled
with DANGER labels that include what chest size the Rescue Strap is designed to fit
along with instructions for care and installation/removal of the Rescue Strap.
The grab handle shall be positioned at the rear of the upper torso where it will be
covered by an outer shell tunnel.
Does your bid comply with all aspects of this section? Yes _/'_ No
The sleeves shall be of a two piece construction with an upper and a lower sleeve and
contoured to follow the natural shape of the arm at rest. Both the under and upper
sleeves shall be graded in proportion to the chest size.
Does your bid comply with all aspects of this section? Yes V No
Coats shall be equipped with Nomex® knit wristlets with thumb loop not less than 4
inches in length and of double thickness. Nomex® knit is constructed of 96% Nomex®
and 4% Spandex for shape retention. The color of the wristlets shall be grey. The
wristlets shall be sewn to the end of the liner sleeves. Flame resistant neoprene coated
cotton/polyester impermeable barrier material shall be sewn to the inside of the sleeve
shell approximately 5 inches from the sleeve end and extending toward the cuff forming
the sleeve well. The neoprene sleeve well shall form an elasticized cuff end with an FR
Velcro® tab providing a snug fit at the wrist and covering the knit wristlet. This sleeve
well configuration serves to prevent water and other hazardous elements from entering
the sleeves when the arms are raised. The neoprene barrier material shall also line the
inside of the sleeve shell from the cuff to a point approximately 5 inches back, where it
joins the sleeve well and is double stitched to the shell. Four Ara -shield® snap tabs will
be sewn into the juncture of the sleeve well and wristlet. The tabs will be spaced
equidistant from each other and shall be fitted with female snap fasteners to
accommodate corresponding male snaps in the liner sleeves. One of the Ara-
shield®
snap tabs shall be a different color in the liner to correspond with color coded snap tabs
for ease of matching the liner system to the outer shell after inspection or cleaning is
N
completed. This configuration will ensure there is no interruption in protection between
the sleeve liner and wristlet.
Does your bid comply with all aspects of this section? Yes No
Coats shall incorporate separate facings to ensure there is no interruption in thermal or
moisture protection in the front closure area. The facings shall measure approximately 3
inches wide, extend from collar to hem, and be double stitched to the underside of the
outer shell at the leading edges of the front body panels. A breathable moisture barrier
material shall be sewn to the jacket facings and configured such that it is sandwiched
between the jacket facing and the inside of the respective body panel. The breathable
film side shall face inward to protect it. There shall be wicking barrier constructed of
Crosstech 2F moisture barrier material installed on the front closure system on the left
and right side directly below the front facings to ensure continuous protection and
overlap. The wicking barrier shall extend no more than a maximum of 3/a" beyond the
inner facing and false facing shall be unacceptable. The thermal liner and moisture
barrier assembly shall be attached to the jacket facings by means of snap fasteners.
Does your bid comply with all aspects of this section? Yes / No
Coats outer shell materials shall be of 7.5 oz. Safety Components "PBI Max" fabric or
TenCate "Kombat Flex" fabric.
Coats thermal lining materials shall be of 7.4 oz. calendared 100% spun lsoDri Glide 2L
AraFlow K6 or equivalent.
Coats moisture barriers shall be of 5.0 oz; Crosstech Black material.
Does your bid comply with all aspects of this section? Yes / No
The thermal liner and moisture barrier shall be completely removable from the jacket
shell. Two strips of % inch wide FR Velcro® fastener tape shall secure the thermal
liner/moisture barrier to the outer shell along the length of the neckline under the collar.
This opening shall run the full length of the collar for the purpose of inspecting the inner
surfaces of the jacket liner system. The remainder of the thermal' liner/moisture barrier
shall be secured with a minimum of four snap fasteners appropriately spaced on each
jacket facing and four Ara -Shield' snap fasteners at each sleeve end. The outside
perimeter of the moisture barrier and thermal liner layers shall be bound together along
the side and bottom edges with a bias -cut neoprene coated cotton/polyester binding for
a finished appearance that prevents fraying and wicking of contaminants. Stitching used
to secure the thermal liner and moisture barrier in place of the neoprene shall not be
considered, since stitching is not able to provide the same level of abrasion resistance.
Does your bid comply with all aspects of this section? Yes / No
Coats shall be provided with additional optional specifications listed below:
Free hanging throat tab Yes 7 No
Liner Inspection Port
Detachable Liner
Liner Label Pocket
Nomex-Tabbed long wristlets
Scotchlite Trim, Lime 2 -Tone, "Project Fires"
Yes V No
Yes No
Yes / No
Yes tl No
Yes V No
Back Patch with 3" sewn letters -lime Scotchlite
(Department Specification Vary -- See Department Options Page)
Yes_/No
No
Hanging Letter Patch with - Avg.7 Letters - 3" sewn letters -lime Scotchlite; 2" Letters to
may be used if necessary to fit (Removable Name Plate — 1st initial with "period", Last
Name. Panel shall be drop down tail with snap and Velcro attachment.)
2" Velcro/Zipper Coat Closure
Yes / No
Yes _/ No
Thermal Enhancements (Over Shoulders, Across Back, Wrist to Elbow)
Yes / No
Coat sleeve cuffs —"Dragon Hide" or equivalent Yes ./ No
Shoulder top outer reinforcement - "Dragon Hide" or equivalent.
Yes No
Sleeve reinforcement at elbow -- "Dragon Hide" or equivalent.
Yes i' No
Full Bellows Pockets - PBI Max or equivalent - Bronze - 2" X 8" X8" Pocket closures
shall be of lay flat flaps with hook and loop Velcro fabri .
Yes No
One tool pouch constructed of Kevlar in one coat pocket_ Side to be determined by
agency
Yes V No
Does your bid comply with all aspects of this section? Yes No
9
PANTS
The pants shall be ladder belt capable to include sufficient belt loops to support rescue
operations. Belts will be purchased individually and are not to be included in this bid.
However, all pants shall be manufactured to allow for use of rescue belt.
Does your bid comply with all aspects of this section? Yes No
Pants fly closures shall consist of zipper, outer flap with Velcro, and Nomex belt wl
evenly spaced outer shell belt loops.
Does your bid comply with all aspects of this section? Yes ✓ No
The pants shall be of a traditional waist -high -only design to facilitate full torso ventilation
of front, rear and sides of trunk. -
Does your bid comply with all aspects of this section? Yes ✓ No
The body of the shell shall be constructed of four separate body panels consisting of two
front panels and two back panels. The body panels shall be shaped so as to provide a
tailored fit, thereby enhancing body movement, and shall be joined together by double
stitching with Nomexe thread. The body panels and seam lengths shall be graded to
size to assure accurate fit in a broad range of sizes.
Does your bid comply with all aspects of this section? Yes V No
The rise of the rear pant center back seam, from the top back of the waistband to where
it intersects the inside leg seams at the crotch, shall exceed the rise at the front of the
pant by 8 inches. The longer rear center back seam provides added fullness to the seat
area for extreme mobility without restriction when stepping up or crouching and will be
graded to size. This feature in combination with other design elements will maintain
alignment of the knee directly over the knee pads when kneeling and crawling.
Does your bid comply with all aspects of this section? Yes `' No
On the inside waistband shall be attachments for the standard "H" style or "V" style
"Padded Rip -Cord" suspenders. There will be four attachments total —2 front, 2 back.
The suspender attachments shall be constructed of a double layer of black aramid
measuring approximately % inch wide by 3 -inches long. They shall be sewn in a
horizontal position on the ends only to form a loop. The appearance will be much like a
horizontal belt loop to capture the suspender ends. Manufacturing style may vary so long
as intended result is met.
Does your bid comply with all aspects of this section? Yes ✓ No
The outer shell of the pant shall wrap over thermal lining and moisture barrier at the
waist, in order to minimize unsnapping of liner during donning process. OR The waist
10
area of the pants shall be reinforced on the inside with a separate piece of black aramid
outer shell material not less than two inches in width. Neoprene coated cotton/polyester
shall be sewn to the back of the waistband as a reinforcement. The aramid/Neoprene
waistband shall be cut on the bias to allow the waistband to stretch for unrestricted
movement and increased comfort. The top edge of the waistband reinforcement shall be
double stitched to the outer shell at the top of the pants. The lower edge of the
waistband shall be serged and unattached to the shell to accept the thermal liner and
moisture barrier. The top of the thermal liner and moisture barrier shall be secured to the
underside of the waistband reinforcement so as to be sandwiched between the
waistband reinforcement and outer shell to reduce the possibility of liner detachment
while donning and to avoid pass through of snaps from the outer shell to the inner liner.
The liner system of the pant shall incorporate a full length opening along the entire
waistline for ease in inspecting the inner layers as well as performing the complete Liner
Inspection. The thermal liner and moisture barrier shall be individually bound with a
neoprene coated bias cut tape, and joined together with a snap at the center back.
There shall be a minimum of 4 snap tabs sewn to the underside of the waistband, with
corresponding snaps in the moisture barrier layer to secure the barrier to the shell The
pant thermal layer shall snap directly to the waistband by means of nine snap
fasteners. There shall be no hook and loop used to close the liner access opening.
Does your bid comply with all aspects of this section? Yes I/ No
Pant outer shell materials shall be of 7.5 oz. Safety Components "PBI Max" fabric or
TenCate "Kombat Flex" fabric.
Pant thermal lining materials shall be of 7.4 oz. calendared 100% spun IsoDri Glide 2L
AraFlow K6 or equivalent.
Pant moisture barriers shall be of 5.0 oz; Crosstech Black material.
Does your bid comply with all aspects of this section? Yes / No
Pants shall be provided with additional optional specifications listed below:
Narrow 1.5" Velcro Fly
Liner Inspection Port
Detachable Liner
3" Cuff trim -Lime 2 -Tone Scotchlite
Yes ±f No
Yes ✓ No
Yes / No
Yes 7 No
Angled Cuffs - Pants Cuffs trim — "Dragon Hide" or equiva i
Yes i No
Pant leg and knees — Integral knee pads built into liners. Padding to include dual layer
closed cell foam and single layer silicone pad sewn into liners. Knee exterior pant
surface shall be protected by "Dragon Hide" or equivalent.
11
Yes / No
Large Bellows Pockets -Pants - PBI Max or equivalent - 10" x 10" x 2" lined with Kevlar.
Yes / No
One tool pouch constructed of Kevlar in one pant pocket. Side to be determined by
agency
Yes ✓ No
Snap Style Suspender Attachment Yes ✓ No
Suspenders with Snap Attach and Quick Adjust Installed
Yes V/ No
The following Department Specific Options must be incorporated into the bidder's
price entered on Page One of this Bid Invitation:
Springdale Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)P'G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "SPRINGDALE FIRE" in 3"
sewn letters of lime Scotchlite.
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x2" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2,5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate
"Survivor " 900 flashlight located on right chest.
Does your bid comply with all aspects of this section? Yes ✓ No
Bentonville Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)/"G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
12
Back Patch of PBI Max or equivalent, Bronze in color, with "B.F.D." in 3" sewn letters of
lime Scotchlite and 3 sewn "Periods"
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate "Big
Ed" 90° style flashlight and located on right chest.
Does your bid comply with all aspects of this section? Yes ✓ No
Fayetteville Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)!"G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "F.F.D." in 3" sewn letters of
lime Scotchlite and 3 sewn "Periods"
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x3" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Flashlight Clip wNelcro on Strap of PBI Max or equivalent, Bronze in color to
accommodate "Survivor" 90° flashlight located on right chest.
Lowell Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)P'G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "LOWELL FIRE" in 3" sewn
letters of lime Scotchlite.
Radio Pocket of PBI Max or equivalent, Bronze in color, 8"x3"x2" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
13
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate
"Survivor " 90° flashlight located on right chest,
Rogers Fire Department Option Package:
Pant and coat shall be of "G -Extreme" (coat)/"G-Xcel" (pant) cut for Globe
products or "V -Force" for Lion products.
Back Patch of PBI Max or equivalent, Bronze in color, with "ROGERS FIRE" in 3" sewn
letters of lime Scotchlite.
Radio Pocket of PBl Max or equivalent, Bronze in color, 8"x3"x3" located on left chest,
with notches on each side of top flap to allow for antenna protrusion.
Mic Tab of PBI Max or equivalent, Bronze in color, 0.5"x2.5" located on left chest above
the radio pocket, and additional tab on coat front flap closure mounted vertically 6 inches
below neck flap.
Lanyard Flashlight Clip of PBI Max or equivalent, Bronze in color to accommodate
"Survivor " 90° flashlight located on right chest.
Does your bid comply with all aspects of this section? Yes ✓ No
SUBSTITUTION OF BRAND:
No substitutions of brand under this contract after award. Any delivery of unauthorized
substitutions will be considered contract default.
GUARANTY:
All items delivered shall be newly manufactured and in first-class condition. The bidder
hereby guarantees that items furnished hereunder will be free from defects in design,
workmanship and material. The bidder also guarantees that all applicable laws will be
complied with relating to construction, packaging, labeling and registration. The bidder's
obligations under this paragraph shall survive for a period of one year from the date of
delivery, unless otherwise specified herein.
ASSIGNMENT:
14
The contract entered into pursuant to this invitation for bid is not assignable, nor the
duties herein delegable by either party without the written consent of the other party of
the contract.
DISCRIMINATION: In order to comply with the provision of Act 954 of 1977, relating to
unfair employment practices, the bidder agrees that the bidder will not discriminate
against any employee or applicant for employment because of race, sex, color, age,
religion, handicap, or national origin.
BIDDER'S CONTACT INFORMATION
COMPANY NAME
STREET ADDRESS
CITY
STATE and ZIP CODE
PHONE NUMBER Z'
AUTHORIZED AGENT OF BIDDER SIGNATURE AND TITLE
Signature
15