Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

99 -- Aeromedical Water Purification Testing

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ HSG - Human Systems Group, HQ HSG/YASK 7980 Lindbergh Landing, Brooks City-Base, TX, 78235-5119
 
ZIP Code
78235-5119
 
Solicitation Number
Reference-Number-WPD-01
 
Response Due
5/20/2005
 
Archive Date
5/31/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation, FA8902-05-R-0004, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. The associated North American Industry Classification System (NAICS) is 541380 and the small business size is $10 Million. This requirement is for the testing of six (6) Commercial Off-the-Shelf (COTS) handheld devices that may be used for potable water purification in field operations. The Field Water Medic Program conducted a market survey in 2004 that identified handheld water purification devices that are commercially available. The selected devices passed National Sanitation Foundation (NSF) Protocol (P) 231/United States Environmental Protection Agency (USEPA) certification for removal of microbiologicals, claimed FDA approval and were close to meeting the draft Capabilities Development Document (CDD) requirements of fit, form, function. NSF P231 is currently the only protocol that is capable of testing to the requirements for DOD handheld water purification standards for limited use. From this study, the AF has identified six devices that warrant testing to verify that they can meet the war fighter?s requirements. The contractor will be required to test three each of six (6) Commercial Off-the-Shelf (COTS) devices which are identified in paragraph 5.1 on the attached Statement of Work (SOW). The Contractor shall use a maximum of eighteen (18) devices. Testing must be done in accordance with the government approved test procedures. This will be a firm-fixed price contract. Quotes shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and ability and willingness to comply with the Government?s specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the offeror?s taking exception to it. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability, past performance and delivery. Vendors shall address all requirements in this combined synopsis/solicitation and shall provide clear evidence of understanding and the ability and willingness to comply with the Government?s specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor?s taking exception to it. All vendors are to include with their quotes, the anticipated period of performance and a completed copy of provisions 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from http://orca.bpn.gov. The following Federal Acquisition Regulation (FAR) clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation ? Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.222.21, Prohibition of Segregated Facilities; 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, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Alternate I, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41, The Service Contract Act; FAR 252.204-7004 Required Central Contractor Registration which can be downloaded at http://farsite.hill.af.mil. The following Department of Defense FAR Supplement Clause also applies: DFARS 252.232-7003, Electronic Submission of Payment Requests. All interested, responsible, business firms shall submit written quotation no later than 20 May 2005, 12:00 p.m. CDT, to HSG/YASK, 7980 Lindbergh Landing, Brooks City-Base TX 78235-5119, ATTN: Dorothy Howe, Contract Specialist. Ms Howe?s telephone number is (210) 536-3853 and her e-mail address is Dorothy.Howe@brooks.af.mil.
 
Record
SN00801599-W 20050507/050505211904 (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.