Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

84 -- Med-Eng Systems EOD 9 Bomb Suits

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen St Bldg 216, Shaw AFB, SC, 29152-5004, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4803-07-Q-A248
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
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. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. This solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 13, Simplified Acquisition Procedures. The solicitation number for this procurement is FA4803-07-Q-A248 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-19, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2070828 and Air Force Acquisition Circular (AFAC) 2007-0823. The North American Industry Classification System code for this acquisition is 339113, Surgical Appliance and Supplies Manufacturing. This acquisition is for full and open competition. This is firm-fixed price procurement and will be procured using commercial item procedures and award selection will be made based on best overall value. This requirement is ?Brand Name? for : Med-Eng Systems EOD-9 bomb suits and equipment, see ?brand name? justification documentation below. DEPARTMENT OF THE AIR FORCE JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION SOL NR: FA4803-07-QA248 I. Identification of the Agency and Contracting Activity: HQ USCENTAF/A7-CE and 20th Contracting Squadron, Shaw AFB, SC 29152-2610. II. Nature and/or Description of Action: A firm fixed price Purchase Order issued to purchase 44 protective bomb suits in support of operations within HQ USCENTAF?s Area of Responsibility (AOR). III. Description of Supplies/Services: This purchase is to include forty four Med Eng Systems EOD-9 bomb suits and equipment. The order will consist of the following: forty one helmet?s, forty one visor kit?s / breathing apparatus, one small explosive ordinance disposal (EOD) suit, twenty three medium EOD suits, twenty large EOD suits, forty eight hand protectors with gloves, three suit spare part kit?s, three helmet spare part kit?s. IV. Identification of Statutory Authority: 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1(c), ?Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.? V. Applicability of Authority: Med-Eng Systems Inc. is the sole manufacture of the EOD-9 bomb suit which is the only EOD bomb suit approved for use by the United States Air Force. Med-Eng Systems currently provides Explosive Ordinance Disposal protective suits and equipment to the United States Air Force (USAF) as well as other Department of Defense components. This equipment will be deployed to the Southwest Asia (SWA) Area of Responsibility (AOR). As required in FAR 6.302-1(c), the agency head has determined that the acquisition is essential to the Government?s requirements, thereby precluding consideration of a product manufactured by another company. Therefore, the nature of this acquisition is authorized IAW FAR 6.302-1(c). VI. Efforts to Obtain Competition: This requirement will be solicited as a brand name requirement and posted on federal Business Opportunity for competition. VII. Market Research: Market research was conducted using the SBA Pro Net Search. Of the 290 contractors under NAICS code 339113 Med Eng Systems is the only authorized manufacture of the EOD 9 ensemble. VIII. Other facts supporting other than full and open competition: As stated in paragraphs V, VI, and VII above, no other manufactures are able to provide the EOD 9 ensemble. The use of the EOD 9 ensemble saves Airmen?s lives on a daily basis and is crucial for EOD teams to be successful in the Counter (IED) Improvised Explosive Device effort. Without these capabilities, the security and safety of deployed USCENTAF and Coalition Forces personnel will be severely degraded. This will certainly result in undue risk accepted to accomplish an already hazardous mission. On average, each EOD team that is outfitted with the EOD 9 suit performs 1.5 missions per day ?Outside-the-Wire.? The EOD 9 ensemble is the last line of defense against a determined insurgency that is targeting EOD Airmen. IX. Listing of Sources: Med-Eng Systems is a small business manufacturer: Med-Eng Systems Inc. 835 Commerce Park Drive Ogdensburg, NY 13669-2209 X. Statement of the Actions to Remove Competitive Barriers. At this time there are no actions in progress to remove the competitive barriers on subsequent acquisitions. No other source is known to manufacturer EOD protective equipment that meets Air Force Standards. However, we will continue to research for such sources. XI. Contracting Officer?s Certification: ?I certify to the best of my knowledge and belief that the information contained in this justification is accurate and complete.? XII. Technical/Requirements Certification. The supporting data that forms the basis of this justification has been certified as complete and accurate by the appropriate management level of the technical/requirements organization. This requirement will include: Item 0001 - 41 ea EOD 9A Helmet Desert Tan Drab, Part # MA005054-03, Item 0002 - 41 ea EOD 9 BA Visor Kit, part # MA005130, Item 0003 - 1 ea Suit EOD 9 Desert Tan Small, Part # 4000-0091-5, Item 0004 ? 23 ea Suit EOD 9 Desert Tan Medium, Part # 4000-0091-7, Item 0005 ? 20 ea Suit EOD 9 Desert Tan Large, Part # 4000-0091-8, Item 0006 ? 48 ea Hand Protectors With Gloves MD (9) Pair, Part # 910-021, Item 0007 ? 3 ea EOD 9 Suit Spare Part Kit, Item 0008 ? 3 ea EOD 9A Helmet Spare Part Kit. ALL QUOTES ARE DUE BY 7 SEPTEMBER 2007 AT 4:00 PM EST. The Quotes submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold the prices in its offer firm for 45 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: Price and delivery. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. The following clauses are hereby incorporated by reference: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.219-4 ? Notice of Price Evaluation Preference for HUBZone Small Business Concerns, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7036, Buy American Act ? Free Trade Agreements ? Balance of Payments Program (JUN 2005) (Alternate I) (JAN 2005) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). 5352.201-9101 Ombudsman. - ACC Ombudsman follows: Mr. Ray Carpenter, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: Ray.Carpenter@langley.af.mil. FAR52.219-28 ? Post-Award Small Business Program Rerepresentation, The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. Quotes shall be marked with the Request for Quotation Number, Date and Time. Facsimile and electronic mail Proposals will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via fax to 803-895-5339 or by e-mail to brian.hendrix@shaw.af.mil, or mailed to the attention of SSgt. Brian Hendrix at 20 CONS/LGCAA, 321 Cullen St, Shaw AFB, SC 29152.
 
Place of Performance
Address: 524 Shaw Drive Suite 138, Shaw AFB, SC
Zip Code: 29152
Country: UNITED STATES
 
Record
SN01387456-W 20070830/070828220851 (fbodaily.com)
 
Source
FedBizOpps 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.