Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2002 FBO #0185
SOLICITATION NOTICE

45 -- Collectively Protected Expeditionary Latrine (CPEL)

Notice Date
2/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
F08635-02-R-0062
 
Response Due
5/17/2002
 
Point of Contact
Karen Turner, Contracting Officer, Phone (850)882-4685 x 316, Fax 850-882-9381, - Kevin Miller, Contract Specialist, Phone (850)882-4685X339, Fax (850)882-9381,
 
E-Mail Address
karen.turner@eglin.af.mil, kevin.miller@eglin.af.mil
 
Description
. The Air Armament Center, Combat Support Systems Program Office (AAC/WMO) at Eglin AFB, FL intends to issue a Request For Proposal (RFP) for a Collectively Protected Expeditionary Latrine (CPEL) system for verification testing (Reference Sources Sought Synopsis/Request For Information No. WMOK-01-005, posted 14 Aug 01 and published on 16 Aug 01). The solicitation will be issued on an unrestricted (i.e. full and open) basis on or around 01 Apr 02 and will close 45 days after issuance. The solicitation will be conducted using FAR Part 15 procedures and will be awarded to the offeror whose proposal conforms to the solicitation requirements, is considered technically acceptable, and will provide the best value to the Government. The Government will select the best overall offer, based upon an integrated assessment of Mission Capability, Past Performance, Proposal Risk, and Price/Cost. This best value source selection will be conducted in accordance with Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315.3 Source Selection and the AFMC supplement (AFMCFARS) thereto. Both can be referenced at the following website: http://farsite.hill.af.mil. The NAICS code is 326191, and the size standard is 500. The Government intends to award one contract to procure a Collectively Protected Expeditionary Latrine (CPEL), quantity of one (1), for verification testing. The unit selected for verification testing will undergo Government-conducted testing at an independent laboratory. If government testing verifies that all requirements have been met, option CLINs will be exercised to procure production units. The solicitation will include production option quantities for four option years. The solicitation will include an option CLIN for contractor-provided pre-operational maintenance and repair support during verification testing. The solicitation will also include option CLINs for spares/repair kits, technical training support, and data. The most probable quantity for the production units is 24 units. Estimated quantities will be stated in the solicitation. A Draft System Performance Specification (SPS) is released with this initial synopsis for early industry involvement and comments. Request written comments pertaining to the Draft SPS no later than 20 Mar 02. A Final SPS will be posted with the RFP on or around 01 Apr 02. In addition, an Industry Day is contemplated on 17 Apr 02. Request interested parties reply in writing concerning any Draft SPS concerns and interest in participating with Industry Day. The CPEL shall be a fully functional, containerized latrine system capable of operating in a Nuclear, Biological, and Chemical (NBC) or non-NBC mode. The CPEL is intended to provide support for the Collectively Protected Expeditionary Medical Support (CP EMEDS) shelter system. The CPEL shall interface with the EMEDS water/wastewater and electrical distribution systems. The CPEL shall be optimized for transport on C-130 aircraft and the 463L pallet material handling system. The CPEL shall be designed for service/storage for at least 15 years with no degradation of design performance. This will be a web-posted solicitation. The solicitation will be posted on the Federal Business Opportunities website at http://www.fedbizopps.gov on or around 01 Apr 02. The Government will not distribute hard-copy solicitations, attachments, exhibits, or amendment documents. Subsequent amendments to the solicitation, if any, will be promulgated via the Federal Business Opportunities website. Prospective offerors are responsible for checking the referenced website early and periodically for the solicitation and any solicitation amendments. Prospective offerors should not expect notification that any amendment has been issued. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted on the referenced website. Any questions pertaining to thissolicitation should be addressed in writing by e-mail or fax to either MSgt Tony D. Roy, Jr., Contract Specialist, tony.roy@eglin.af.mil, fax: (850) 882-9381 or Ms. Karen S. Turner, Contracting Officer, karen.turner@eglin.af.mil, fax: (850) 882-9381. Once the RFP is posted on or around 01 Apr 02, all responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contract Specialist, or Contracting Officer identified above. For any other concerns, interested parties may call the AAC Ombudsman, Dr. Mario J. Caluda at (850) 882-5558. See Notes No. 9 and 26.***** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-FEB-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 03-JUN-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AAC/F08635-02-R-0062/listing.html)
 
Record
SN00087292-F 20020605/020603214016 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.