Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2005 FBO #1300
SOLICITATION NOTICE

99 -- Aeromedical Water Purification Testing

Notice Date
6/16/2005
 
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
FA8902-05-R-0005
 
Response Due
7/1/2005
 
Archive Date
1/31/2006
 
Description
FROM: HSG/Aeromedical Systems Contracting Branch 7980 Lindbergh Landing Brooks City Base TX 78235-5119 Attn: Dorothy Howe, Contract Specialist TO: Interested Contractors SUBJECT: COMBINED SYNOPSIS/SOLICITATION - Water Purification Testing REQUIREMENT: The contractor shall perform all activities necessary to procure, assess, test, and report on each of the six (6) identified devices in accordance with the government-approved test plan. The contractor shall provide the test facilities, equipment, instrumentation, government-approved test procedure, and personnel to accomplish the testing. The intent of this project is to test all devices for satisfaction of the National Sanitation Foundation Protocol (NSF) Protocol (P) 231 or military version of NSF P231, for efficate removal of microbiological pathogens; bacteria, viruses, and oocysts as specified in the protocol. The military version of the protocol is in work. The contractor shall supply all materials necessary to perform work. The contractor shall purchase three (3) each of the six (6) identified COTS items listed below for a maximum of eighteen (18) devices. Katadyn?s Extreme and General Ecology?s First Need products are only to be purchased if a military version of NSF P231 exists, if not then these devices will not be tested. COMPANY PRODUCT NAME Sweetwater Sweet Water Microfilter DNK Refresh Personal Water Filtering System Prismedical Triton Hydro-Photon, Inc Steripen Katadyn EXTREME Military NSF P231 version test only General Ecology First Need Military NSF P231 version test only 1. 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 request includes both instructions to offerors and the evaluation criteria. 2. INSTRUCTION TO OFFERORS. a. This is a Firm Fixed Price Order Contract. b. Desired Period of Performance is 120 days from contract award. c. Basis of Award: (No order of preference) - Award is based on the offer that provides the best value - A single award is anticipated for this requirement. - All offerors must be CCR registered. - Award will be made based on initial responses. Responses to this combined synopsis/solicitation shall include a price proposal to include delivery schedule. - Note: Incomplete and late responses will not be considered for award d. The government reserves the right to enter into an exchange with a contractor for the purpose of clarifications in this response to this combined synopsis/solicitation. Price competition, technical capability, past performance and delivery will be used to determine the contractor that offers the best value to the government. It is each offeror?s responsibility to ensure all data is complete and accurately transmitted. The government assumes no responsibility for incomplete or inaccurate transmissions. Incomplete or inaccurate proposals may result in the rejection of said proposal. e. Your response to this RFQ is due by: 3:00 P.M (Central Standard Time)_1 Jul 05 AT: HSG/Aeromedical Systems Contracting Branch Attn: Dorothy Howe 7980 Lindbergh Landing Brooks City Base TX 78235-5119 Or may be FAXED to: 210-536-4535 Or may be E-Mailed to: Dorothy.Howe@brooks.af.mil *NOTE: Proposals that are faxed or sent by E-mail shall be received by the response time and date listed above. 4. EVALUATION CRITERIA. a. The resultant award shall be placed with the offeror that represents the best value to the Government. A response may be considered ineligible for award solely based on the lack of one or more of the evaluation criteria listed below. If a contractor is found to be technically unacceptable, a further evaluation will not be performed. THE GOVERNMENT WILL AWARD A FIRM FIXED PRICE CONTRACT resulting from this combine Synopsis/Solicitation to the responsible offeror whose response represents the best value to the government as outlined in FAR 8.404 and FAR 15.101. b. The following factors listed below shall be used to evaluate the responses. (1) Offeror must have no less than 2 years experience with testing drinking water qualities from the USEPA protocol (2) Offeror must possess an EPA license for testing. To qualify a copy of the license or license number must be presented with the proposal. (3) Offeror must have had experience and knowledge of testing to the National Sanitation Foundation Protocol ? NSF P231. Offeror should provide test reports or at least detailed test procedures verifying their experience with this protocol and a list of handheld water purifying devices used in the test. The government will sign nondisclosure agreements if required by the contractor. Since award will be based on initial responses, you are encouraged to offer your most advantageous pricing in the initial response. The ordering office will make a determination that the total firm fixed price is fair and reasonable based on the factors contained herein. c. 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 Item, which must be completed on-line at http://orca.bpn.gov. The following Federal Acquisition Regulation (FAR) clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52-212-5, Contract Terms and Conditions Required to Implement Statues 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; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41, The Service Contract Act; and 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.
 
Record
SN00831136-W 20050618/050616212039 (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.