Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2012 FBO #3739
MODIFICATION

A -- Joint Sensitive Equipment Wipe (JSEW)

Notice Date
2/17/2012
 
Notice Type
Modification/Amendment
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-12-R-0006
 
Response Due
2/27/2012
 
Archive Date
4/27/2012
 
Point of Contact
Jean Greenwood, 508-233-6101
 
E-Mail Address
ACC-APG - Natick (SPS)
(jean.greenwood@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. The solicitation number is W911QY-12-R-0006 and is issued as a Request for Proposal (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53, effective July 5, 2011. This will be a full and open competition to provide a Joint Sensitive Equipment Wipe (JSEW) that will be used to decontaminate sensitive equipment (such as weapons system optics and electronics) and non-sensitive equipment under NAICS code 325998 -- All Other Miscellaneous Chemical Product and Preparation Manufacturing. The small business size standard is 500 employees. Multiple awards are anticipated. The number of awards will be dependent upon the number of Offerors with qualifying products and available funds. Any contract awarded as a result of this solicitation will be a Firm Fixed Price Contract awarded using Simplified Acquisition Procedures in accordance with FAR 12. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. Contract award(s) resulting from this solicitation are subject to availability of funds. The Attachments listed in this solicitation may be downloaded from the ASFI website: https://acquisition.army.mil/asfi and from the Natick Contracting Division website https://www3.natick.army.mil. The Government intends to award a contract(s) WITHOUT DISCUSSIONS with Offerors, but reserves the right to conduct discussions if determined to be necessary in the best interests of the Government. DESCRIPTION OF REQUIREMENT: This solicitation is for the provision of all labor and expertise necessary to provide a Joint Sensitive Equipment Wipe (JSEW) in accordance with the requirements of this solicitation. The JSEW concept represents an individual product or kit (e.g., wipe, gel, spray, and ancillary equipment such as glove(s), sponge(s), towel, etc) intended to decontaminate sensitive and non-sensitive equipment, which can be easily carried by the warfighter during decontamination operations and/or while conducting missions that may require decontamination to be performed. The following product characteristics are desired: - Commercial products with the ability to decrease the level of gross chemical agent contamination from 10 g/m2 to 1 g/m2 in support of thorough decontamination on sensitive and non-sensitive equipment. - Commercial products that can be applied directly to equipment surfaces and capable of removing gross contamination within five minutes following application. - Commercial products that are available in durable packaging that can be easily opened by a Warfighter wearing Mission-Oriented Protective Posture (MOPP) 4. - Products that are non-hazardous, non-flammable and inherently safe, minimizing hazards to both personnel and the environment, and that do not produce uncontrollable residual hazards during the decontamination process. - Products that do not cause material/equipment degradation when used to decontaminate sensitive and non-sensitive equipment. - Products that do not cause false positives/negatives for fielded tactical detectors. - Products that do not degrade military relevant Individual Protection Equipment (IPE) or the effectiveness or ability of fielded decontamination products. Each JSEW, in its designed configuration of components, must perform the functions necessary for successful completion of the JSEW mission, meet all of the physical characteristic requirements in the Performance Specification (PSPEC) (Attachment 4) and decontaminate chemical agents on sensitive and non-sensitive equipment to the efficacy levels specified in the PSPEC. Potential solutions for JSEW include, but are not limited to, a wipe impregnated with a decontaminant; a dry wipe; a decontaminant applied via a wipe and removed with a second wipe; multiple wipes contained in a single package; a spray bottle of decontaminant with some form of removal media; a gel applied to the surface and peeled off, or other configuration that meets the requirements of the PSPEC. The unit of measure in this solicitation is each (EA). The Offeror is to consider "one each" as all of the necessary components, packaged together as one item or kit, necessary to decontaminate sensitive or non-sensitive equipment as specified in the PSPEC. TO ACCESS RFP DOCUMENTS: Click on the Additional documentation link under "Additional Info" below for Amendment 2, a conformed copy of the Combined Synopsis/Solicitation, any attachments applicable to Amendment 2, and the latest Q&A. -For Amendment 1 and any attachments applicable to Amendment 2, please click the "Changed" link dated Feb 12, 2012 at the top left of this page and then access the documents by clicking on the Additional documentation link under "Additional Info" from that page. -For the original Combined Synopsis/Solicitation, proposal format and instructions, evaluation criteria, attachments and all other documentation, please click the "Original Synopsis" dated Jan 26, 2012 link at the top left of this page and then access the documents by clicking on the Additional documentation link under "Additional Info" from that page.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/42a257f9f6c2228eb70afa14d06d5fe9)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: ACC-APG, Natick Contracting Division (SPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02677934-W 20120219/120217234142-42a257f9f6c2228eb70afa14d06d5fe9 (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.