Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

42 -- LEVEL B CHEMICAL PROTECTIVE NON-ENCAPSULATED SUITS

Notice Date
1/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
 
ZIP Code
22202-3231
 
Solicitation Number
W9133L-11-T-0009
 
Response Due
1/31/2011
 
Archive Date
4/1/2011
 
Point of Contact
LINDA RAY COLEMAN, 703-604-4190
 
E-Mail Address
National Guard Bureau, Contracting Support
(linda.r.coleman@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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Combined Synopsis/Solicitation No. W9133L-11-T-0009 Level B Chemical Protection Non Encapsulated suits National Guard Bureau (NGB) GENERAL: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in the Federal Acquisitions Regulation, 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 is issued as Request for Proposal No. W9133L-11-T-0009. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48 as of December 30, 2010. The NAICS code for this requirement is 339113, Surgical Appliance and Supplies Manufacturing. The Government intends to award one or more Blanket Purchase Agreements (BPA) for the purchase of 9000 Level B Chemical Protection Non Encapsulated suits. The resultant contract will be a Firm Fixed Priced Multiple Award Blanket Purchase Agreement. The BPA period of performance will be for five years from date of award. A contract is projected to be awarded by 24 February 2011 and the place of delivery will be Winchester, KY. This solicitation is being issued on an unrestricted basis and solicited in accordance with FAR 6.1 Full and Open Competition. The Government reserves the right to make a single or multiple awards from this solicitation. Inspection and acceptance will be handled by the designated Contracting Officer Representative (COR). GOVERNMENT POINT OF CONTACT: Linda R. Coleman, (703) 604-4190, email address linda.r.coleman@us.army.mil. DESCRIPTION OF REQUIREMENTS: Scope. The contractor shall provide 9000 Level B Chemical Protection Non Encapsulated suits. The following product specifications or salient physical functional characteristics are stated below: Non-Encapsulated level B chemical protective suits with thickness, an overall zipper front, air ventilator with fitted hood and attached sock boots and Flaps; Elastic Hood, Wrist, and Boot Flap; Material Multiple layer film based - consisting of a 2.0oz/yd2 non-woven substrate laminated on one side to barrier films; durable strong and tight seam tape, Delivery lead time; Color: Tan; Sizes: SM/MD, LG/XL, and 2X/3X. Material Temperature Service Range -85 degrees Fahrenheit (-65 degrees Celsius) to 200 degrees Fahrenheit (93 degrees Celsius). Background. The NGB J4 Chemical, Biological, Radiological, Nuclear, and High-yield Explosive (CBRNE) Sustainment Branch is the Chief NGB's (CNGB) advocate for all sustainment and support requirements of unique equipment used by National Guard units in homeland defense and civil support. One such unit is the National Guard's CBRNE-Enhanced Response Force Package (CERFP). These joint Army National Guard and Air National Guard units are second-tier responders who augment civilian first-responders following a disaster. Primary responsibilities include, but are not limited to, search and extraction operations, mass casualty decontamination, and medical treatment. To meet mission requirements, CERFP units must maintain a constant state of personnel and equipment readiness which is facilitated by having proper Chemical Protection Suits. PROPOSAL SUBMITTAL: The post date for this solicitation is January 20, 2011. Questions are due by 12:00 noon EST on January 25, 2011. Questions can be emailed to linda.r.coleman@us.army.mil. All proposals are due no later than 12:00 p.m. Eastern Time January 31, 2011. Proposals must be sent to inda.r.coleman@us.army.mil. The Government intends to evaluate proposals and award a contract without discussions (unless needed for minor clarifications). The Government will select the firm that represents the best overall value to the government on the basis of the following evaluation factors in order of precedence: (a) Technical Capability (b) Past performance and (c) Price. Contractor shall deliver within 30 days from time of award. Proposal presenting a 21 day delivery or faster will take precedence, meeting all other proposal requirements. Acceptance shall be made FOB Destination. Cost proposal shall include freight charges to 5555 Rockwell Road, Winchester, KY. Delivery shall be made as specified unless otherwise modified. Partial deliveries will be accepted on first BPA call. Regarding these factors, the non-price factors (Technical Capability and Past Performance) will be evaluated as more important than price. Proposals shall consist of a Cost/Price Volume "I" and a Technical Volume "II". 1. Volume II, Written Technical Proposal Technical Proposal Offeror shall submit a narrative, not to exceed 10 pages, describing the technical salient features in accordance with the attached product specifications. In the technical proposal, the Offeror shall submit a written proposal consisting of the technical information and product literature and past performance information not exceeding (10) pages. The Technical area will be evaluated for the proposed items' capability to meet all the requirements as stated below as demonstrated by the written proposal to include any product literature. CLIN 0001: Non-Encapsulated level B chemical protective suits with thickness, an overall zipper front, air ventilator with fitted hood and attached sock boots and Flaps; Elastic Hood, Wrist, and Boot Flap; Material Multiple layer film based - consisting of a 2.0oz/yd2 non-woven substrate laminated on one side to barrier films; durable strong and tight seam tape, Color: Tan; Sizes: SM/MD. Material Temperature Service Range -85 degrees Fahrenheit (-65 degrees Celsius) to 200 degrees Fahrenheit (93 degrees Celsius). CLIN 0002: Non-Encapsulated level B chemical protective suits with thickness, an overall zipper front, air ventilator with fitted hood and attached sock boots and Flaps; Elastic Hood, Wrist, and Boot Flap; Material Multiple layer film based - consisting of a 2.0oz/yd2 non-woven substrate laminated on one side to barrier films; durable strong and tight seam tape, Color: Tan; Sizes: LG/XL. Material Temperature Service Range -85 degrees Fahrenheit (-65 degrees Celsius) to 200 degrees Fahrenheit (93 degrees Celsius). CLIN 0003: Non-Encapsulated level B chemical protective suits with thickness, an overall zipper front, air ventilator with fitted hood and attached sock boots and Flaps; Elastic Hood, Wrist, and Boot Flap; Material Multiple layer film based - consisting of a 2.0oz/yd2 non-woven substrate laminated on one side to barrier films; durable strong and tight seam tape, Color: Tan; Sizes: 2X/3X. Material Temperature Service Range -85 degrees Fahrenheit (-65 degrees Celsius) to 200 degrees Fahrenheit (93 degrees Celsius). NOTE: Offeror shall provide a written statement of warranty, which includes protection resulting from improper usage of Level B Chemical Protection Non Encapsulated suits. 1. Past Performance Offeror shall list and describe performance (prime or subcontract) on at least two (2) present or past contracts, either Government or commercial, that were in existence at any time during the past three (3) years (from the date of RFQ release) that directly relate to the Offeror's ability to provide the requirements as described in the description/specifications. Place particular emphasis on the most recent Government or commercial contracts. Information may include data on efforts by other divisions, corporate management, or teaming arrangements. Offerors who are newly formed entities without prior contracts should provide a statement to that effect. Offerors without prior contracting experience shall receive a neutral rating. Offeror's submittal must include the following information for each contract: a)Name of contracting activity and contract number, if any b)Period of performance c)Dollar values and contract pricing arrangements (i.e. fixed price, cost reimbursable, etc.) d)Brief description of the contract work, location(s), and conditions of performance e)Contracting Officer name, address and telephone number; and Program Manager (PM) name, address and telephone number f)Name, current address and telephone number of the Offeror's responsible manager(s) for each contract g)A description of any litigation, past, present or pending, against the Offeror related to the contract, including identification of the cognizant agency, name, address and telephone number of the cognizant agency official, and the relevant file numbers 2.Volume I, Cost/Price Proposal, consisting of an original document and one copy, shall contain: An offer to the Government shall be provide in the following formant. (see example, Table A-1 as shown below) Price per Level B Chemical Protection Non Encapsulated suits must include all associated cost to include: travel, material, freight and labor costs. The contractor may provide material cost estimates, but this is not required. Table A-1, Example Presentation Items Sizes QuantityUnitUnit Price Total Price Level B Chemical Protection SM/MD5500EA$XX.XX $XX.XX Non Encapsulated suits Level B Chemical Protection LG/XL 1300EA$XX.XX $XX.XX Non Encapsulated suits Level B Chemical Protection 2XL/3XL 2200EA$XX.XX $XX.XX Non Encapsulated suits EVALUATION: EVALUATION CRITERIA Written Technical Proposal - The Government will evaluate the Offeror's Technical Proposal (Technical and past performance) on how well the methodology proposed will accomplish the requirements of the Level B Chemical Protection Non Encapsulated suit specification. The Government will evaluate the Offeror's technical approach using the ratings discussed below. Written Technical Rating Table ADJECTIVALDEFINITION Outstanding:A proposal that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. Good: A proposal that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. Acceptable:A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. Marginal: A proposal that satisfies all of the Government's requirements with minimum detail to indicate feasibility of approach and shows a minimal understanding of the problem with an overall high degree of risk in meeting the Government's requirement. Unacceptable: A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Past Performance Rating Table ADJECTIVAL DEFINITION Excellent: Essentially no doubt exists that the Offeror will successfully perform the required effort based on their performance record. Risk Level: Very Low Good: Little doubt exists that the Offeror will successfully perform the required effort based on their performance record. Risk Level: Low Adequate: Some doubt exists that the Offeror will successfully perform the required effort based on their performance record. Risk Level: Moderate Marginal: Significant doubt exists that the Offeror will successfully perform the required effort based on their performance record. Risk Level: High Poor: It is extremely doubtful that the Offeror will successfully perform the required effort based on their performance record. Risk Level: Very High Unknown: The Offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction. Risk Level: Unknown CLAUSES AND PROVISIONS: The provision at FAR 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, the Offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, with its proposal. In addition, FAR 52.212-4 Contract Terms and Conditions--Commercial Items, applies to this acquisition and any related addenda. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following FAR clauses and provisions are also applicable to this acquisition: 52.212-2, Evaluation-Commercial Items 52.204-7, Central Contractor Registration 52.219-14, Limitations on Subcontracting 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.232-33, Payment by Electronic Funds Transfer/Central Contract Registration 52.246.17, Warranty of Supplies of a Nonconplex Nature 52.246-20, Warranty of Service 52.225-1, Buy American Act - Supplies 52.232-1, Payments 52.212-1, Instructions to Offerors--Commercial Items The following Defense FAR Supplement (DFARs) provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov in order to be considered for a Government contract award. The FAR provisions and clauses may be downloaded at http://www.farsite.hill.af.mil/vffara.htm. ACCOUNTING FOR CONTRACT SERVICES: The Secretary of the Army has implemented Accounting for Contract Services. This initiative has been put in place to obtain better visibility of the contractor service workforce. The Assistant Secretary of the Army (Manpower and Reserve Affairs) and the Assistant Secretary of the Army (Acquisition, Logistics and Technology) have implemented guidance to comply with this DoD Business Initiative Council (BIC) sponsored initiative. These contract reporting requirements are mandatory. By acceptance of this contract and performance under this contract, the contractor agrees to comply with these reporting requirements. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site [Contractor Manpower Reporting (CMR) System] where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. ADDITIONAL INFORMATION 1. The Contracting Officer is Lieutenant Colonel James Helm, email address james.helm1@ng.army.mil, at (703) 607-1127. 2. The Contracting Officer Representative is Major William Abell, email address William.F.Abell@us.army.mil, at 859-737-8754. 3. The effective date for this BPA is five (5) years from the date of award. The threshold for this procurement over the next five (5) years will be a range of approximately $1,000,000.00 to $5,000,000.00 dollars.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-11-T-0009/listing.html)
 
Place of Performance
Address: National Guard Bureau, Contracting Support ATTN: NGB-AQC, 1411 Jefferson Davis Highway Arlington VA
Zip Code: 22202-3231
 
Record
SN02363639-W 20110122/110120234627-d7949a17590821971162358c0ee5b1fd (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.