Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2004 FBO #0866
SOLICITATION NOTICE

66 -- SMARTMAN II MANIKINS

Notice Date
4/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0409
 
Response Due
4/15/2004
 
Archive Date
6/14/2004
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(brenda.j.fletcher@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The combined synopsis/solicitation number is W91ZLK-04-T-0409. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The contractor shall provide Clin 0001 Smartman II manikins (medium) Qty 2. Clin 0002 Smartman II manikins (large) Qty 8. The Item specifications are as follows Smartman is a Joint Service test fixture designed for complete system simulant and agent challenge (protection factor) testing of CBW masks, including interfacing accessories and clothing. A medium size Smartman repr esents a 50th percentile male from the mid-torso to the top of the head in all dimensions per 1988 US Army anthropometric data base, and supports breathing rates up to 100 lpm. Smartman is made entirely of materials that have a smooth metallic non-porous s urface finish resistant to contamination from repeated exposure to high concentrations of liquid and vapor Chemical Warfare agents, including agents HD and GB, and decontamination solutions. Smartman supports testing of any and all types of masks, and can include clothing and accessories that interface with the masks. Mask types include: peripheral sealing, neck sealing, partial masks. The head simulates human features and incorporates an in flatable seal similar to the head form of the M-14 Mask Leakage tester. It has all the facial features of eyes, ears, nose, and head needed to secure a mask headharness, corrective spectacles, and hood. The manikin is easy to operate and requires only mi nimal maintenance. It features stainless steel tubing and a rugged inflatable face seal that is easily replaced when needed. The fixture has three sampling ports (two eye cavity and one orinasal cavity) and a breathing port for the orinasal cavity. The f ollowing specifications shall apply: Height 21-1/2 inches ,Width 21 inches, Depth10-1/2 inches , Weight 70 lb. Exposed Materials: zinc, stainless steel, brass, & EPDM rubber. Acceptance shall be at Destination. Shipping shall be FOB Destination. Deliv ery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government will awa rd a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a co mpleted copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Item s, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicabl e: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waiv e the preference, it shall so indicate in its offer), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Pr ohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employmen t Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), DFAR 252.204-7004 Required Central Contractor Registration, DFAR252.243-7001 P ricing of Contract Modifications, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and h ttp://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by April 15 2004 no later than 3:30 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410)278-0900, or via email brenda.j.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00562553-W 20040410/040408212217 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.