Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
MODIFICATION

41 -- Chemical, Biological, Radiological (CBR) Filtration System

Notice Date
9/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
ACC-APG SCRT - Aberdeen Installation, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-11-T-0358
 
Response Due
9/12/2011
 
Archive Date
11/11/2011
 
Point of Contact
Ginger Babcock, 410-306-1517
 
E-Mail Address
ACC-APG SCRT - Aberdeen Installation
(virginia.l.babcock4.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Fourth set of Questions and Answers attached. The combined synopsis/ solicitation number is W91ZLK-11-T-0358 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This requirement is 100% Small Business Set-Aside. The associated North America Industry Classification System (NAICS) Code is 333411 and the Business Size Standard is 500 employees. The Government contemplates award of a Firm-Fixed Price contract for the following requirement. Description of Requirement: CLIN 0001 1 EA Description of End Item Use: Design, build and deliver a Chemical, Biological, Radiological (CBR) Filtration System to serve Building E3566 CBR system 1 to serve the laboratory and surety storage room. The CBR filtration system purchased under this contract shall be the Type II Fixed Installation Filter (FIF) Housing. The FIF shall be nominally sized at 5000 cubic feet per minute (CFM). Design work is required as space on the roof is limited to fit the housing. The Government shall co-own the FIF design with the winning bidder. See attached specifications. CLIN 0002 Option 1: 1 EA Description of End Item Use: Design, build and deliver a CBR Filtration System to serve Building E3566 CBR system 2 serving the ingress/egress nominally sized at 4000 CFM. The CBR filtration system purchased under this contract shall be the Type II Fixed Installation Filter (FIF) Housing. Design work is required as space on the roof is limited to fit the housing. The Government shall co-own the FIF design with the winning bidder. See attached specifications. CLIN 0003 Option 2: 1 EA Description of End Item Use: Design, build and deliver a CBR Filtration System to serve Building E3566 CBR system 3 serving the Test Chamber nominally sized at 6000 CFM. The CBR filtration system purchased under this contract shall be the Type II Fixed Installation Filter (FIF) Housing. Design work is required as space on the roof is limited to fit the housing. The Government shall co-own the FIF design with the winning bidder. See attached specifications. CLIN 0004 Option 3: 3 EA Description of End Item Use: Design, build and install redundant exhaust fans for each CBR filter housing for Building E3566 CBR systems 1, 2, and 3. See attached specifications. NOTES to Offerors: 1.Any applicable taxes should be included in all offers, and offerors should price this separately. 2.Offers shall note the approximate delivery date for items is February 29, 2012. 3.Award will be made to the offeror who provides the best value for the Government on the basis of price and past performance. The offeror will provide evidence of successful completion of similar products on at least five projects of similar size and scope. Manufacturer's catalog data shall be included for the specified items. The data shall be highlighted to show model, size, options, etc., that are intended for consideration. Data shall be adequate to demonstrate compliance with contract requirements for the following: a. Filtration System Housing; b. Filtration Elements including Pre-filter, HEPA Filter, Carbon Adsorber, and Gasket Seal; c. Isolation Dampers and Damper Operators; d. Pressure Gauge; e. Manufacturer's Quality Assurance Program; f. Testing Agency Qualifications; Past performance may also be based on one or more of the following: a. The contracting officer's knowledge of and previous experience with the supply being acquired; b. The Government-wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov c. Any other reasonable basis. Acceptance shall be at destination by the Government. Shipping shall be FOB Destination to Edgewood Area, Aberdeen Proving Ground, MD 21010-5424. The following provisions and clauses will be incorporated by reference: 52.204-7 Central Contractor Registration 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.209-7, Information Regarding Responsibility Matters 52.212-1 Instruction to Offerors - Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price offeror with acceptable Past Performance. The evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications - Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 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 applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-4 Applicable Law for Breach of Contract Claim 252.209-7001 Disclosure of Ownership or Control by the government of a Terrorist County. 252.211-7003 Item Identification and Valuation 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests. 252.232-7010 Levies on Contract Payments EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 10:00 AM, local prevailing time, September 12, 2011 via email to virginia.l.babcock4.civ@mail.mil at the US Army Contracting Command, Aberdeen Proving Ground, Installation Contracting Division, Attention: CCAP-SCI, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. 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 online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Ginger Babcock, Contract Specialist, via email at virginia.l.babcock4.civ@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40b6258d8ec98d717e97f670e36f9aad)
 
Place of Performance
Address: ACC-APG SCRT - Aberdeen Installation Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02566071-W 20110909/110908000201-40b6258d8ec98d717e97f670e36f9aad (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.