Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2013 FBO #4340
MODIFICATION

84 -- Cold Weather Aviation System (CWAS)

Notice Date
10/10/2013
 
Notice Type
Modification/Amendment
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WG, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8606-12-R-6390
 
Point of Contact
Karrie A. Glover, Phone: 9379043509
 
E-Mail Address
karrie.glover@us.af.mil
(karrie.glover@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
10 Oct 2013. The synopsis has be modified in the September 30 2013 date requirement section! Please see Sept 30 2013 below for the updated information and layout that the Government team requires in order to do a meaningful evaluation of potential labs. Specifically in terms of the in-house testing verification. This change in no way obligates the Government and applicable intersted parties can participate in the upcoming solicitation release if all testing requirements in the PSPEC are met prior to solicitation due date. 8 Oct 2013. The synopsis has be modified in the September 30 2013 date requirement section! Please see Sept 30 2013 below for the updated information and layout that the Government team requires in order to do a meaningful evaluation of potential labs. This change in no way obligates the Government and applicable intersted parties can participate in the upcoming solicitation release if all testing requirements in the PSPEC are met prior to solicitation due date. General Introduction: This is a synopsis for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. The Air Force Life Cycle Management Center (AFLCMC), Human Systems Division (AF LCMC/WNU), Wright Patterson AFB, Ohio intends to award Firm-Fixed Price contracts for the CWAS multi-layered garments to include enough assets to perform integration testing. Government shall provide exact size and quantity at the time of award. Within a few weeks of this notice, the Government anticipates releasing a solicitation which will include range of potential quantities and sizes. CLINs will be based on the number of layers in the CWAS system being proposed. The Government intends to purchase test assets to use to perform aircraft integration testing. If the CWAS Ensemble successfully passes Government aircraft integration testing, the CWAS Ensemble will be placed on a Qualified Product List from which AF commands can direct purchase. The information regarding the Government's plan to perform aircraft integration testing is attached to this synopsis. This is a tentative plan dependent upon aircraft availability and may be altered at a later date. The CWAS ensemble will have to be compatible with certain AF equipment during this integration and a list of this aircrew flight equipment is also attached. The due dates for this synopsis are listed below and explained in detail below: 10 September 2013 Synopsis Release 30 September 2013 Interested parties should provide the Government their intent to be included in these proceedings and should also provide a list of planned (or already utilized) laboratory/testing facilities ( In order to do a meaningful evaluation on the suitability of the test labs submitted by the interested party, the Government is requesting further clarification as to what tests will be conducted at each lab. As stated in the P-Spec attached to the posted synopsis, if intending to conduct any tests at an in-house laboratory, the Government requests that a test report for each specific test done in-house be submitted to show that there is at least 12-months** experience conducting such a test. ** Test report for in-house testing should include the following: Lab name Test date Material conditioning Test material identification Test method (ASTM or AATCC etc.) Short test procedure description Results and Rating Signature 11 October 2013 Government provides interested parties notification of the "acceptability" of the above submitted laboratory/testing facilities for the interested parties use in their certification process. Government anticipates release of solicitation on FBO. 12 November 2013 Interested parties provide Government with data results of thermal protection testing and windblast testing. Government anticipates updating quantity and size requirements in (~11 Oct) posted solicitation. 7 January 2014 Government provides interested parties that have participated fully to date, the results from their company's particular data modeling tests. 11 March 2014, CWAS proposal is DUE from Offeror NLT 1630 EST Offeror's proposal should be valid for 90 calendar days. Delivery for test assets should be anticipated to be delivered FOB Destination, within 120 days after award. Government will evaluate all proposals on: •· Technical Acceptability - ensemble must pass all testing requirements of the attached P-Spec to be considered acceptable •· Past Performance - See FAR 13.106 •· Price - the lowest single unit price and reasonableness WHEN SUBMITTING PRICING SHEET. PRICES SHOULD BE PROVIDED AS FOLLOWS: •1) UNIT Price - Price of all "layers" of your ensemble. Please include price breaks, up to 100 quantity units. ****Government will evaluate all proposals based on the price of one SINGLE unit.**** 2) Price PER EACH LAYER of your model should also be provided (i.e. if you have a model that consists of more than one layer what would be the price if the Government were to buy each layer separately, etc). If you DO NOT OFFER the layers priced out separately please state that on your proposal. Price breaks offered for multiple quantities should be included if applicable, up to 100 units. •(a) The Government intends to award contracts to one or more contractors, depending on availability of funding, who successfully demonstrate that they passed the testing requirements of the attached Performance Specification (P-Spec) and conform to this synopsis. Offerors shall complete the attached P-Spec Compliance Worksheet supported by actual test reports, Certificates of Compliance for all Components (P-Spec para. 3.4). •(b) The Government requests any vendor interested in participating in this effort advise the Contracting Office listed below no later than 30 Sept 2013. At that time the Government requests interested offerors provide the list of tests to be performed with the planned corresponding laboratory/testing facility location. Within 10 days after the receipt of the test facility list from the vendor, the Government will advise if laboratory results will or will not be accepted from proposed laboratory/testing facility. •(c) The P-Spec requires that windblast testing (para 4.11.1) be completed first. Then, thermal protection testing (para. 4.10.2) should be completed using both the windblasted ensemble and a new, non-windblasted ensemble. If the interested parties want to continue to participate, all of the previously discussed testing results will be provided to the Government to complete additional data modeling at no cost. Data results from these tests, as well as photos (for the purposes of this evaluation photos are considered data) of the garments before and after windblast, should be provided to the Government by 12 Nov 2013. The Government will, at its expense, conduct Six Cylinder Thermoregulation Data Modeling which will take approximately 60 days. This test will determine if the ensemble meets the cold weather objective/threshold required in the P-Spec (para. 3.11.2). Once testing is complete, the results will be provided to the interested party. The determination to continue testing, while the Government performs the modeling, is strictly at the interested party's discretion. The Government will not reimburse the interested party for the costs of their testing. Those ensembles that successfully pass Six Cylinder Thermoregulation Data Modeling and pass all of the other material, end item, and systems level tests outlined in the P-Spec will potentially be purchased for use in Government run aircraft integration testing; if funding is available at the time of award. The Government intends to purchase sufficient assets to perform integration testing. This acquisition will be conducted as a Small Business Set-aside (FAR 19.502-2(b)) under North American Industry Classification System Code 315210. The size standard is 500. Any small businesses who partner with a large business are reminded that they are required to perform 50% of the work on the effort to be eligible for consideration (FAR clause 52.219-8). To clarify, since we are only purchasing test assets in this case, at least 50% of the test assets in this case must be manufactured by the small business partner. The anticipated solicitation document and incorporated provisions and clauses are those in effect as of the release date of the release date of the solicitation. It is the offeror's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions may be accessed via the Internet. To view provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1 Instructions to Offerors-Commercial items, FAR 52.212-2 Evaluation Commercial items - the following areas shall be evaluated for award: Technical Acceptability - ensemble must pass all testing requirements of the attached P-Spec to be considered acceptable; Past Performance - See FAR 13.106; and Price - the lowest single unit price and reasonableness. FAR 52.212-4 Contract Terms and Conditions, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, DFARS 252.232-7010, DFARS 252.244-7000, DFARS 252.212-7000, 252.212-7001 and DFARS 252.225-7012. Proposals shall be accompanied by a completed FAR 52.212-3 Representations and Certifications. The CWAS Ensemble shall be Berry Amendment compliant in accordance with DFARS 225.7002 and DFARS 225.7003. Responding offerors shall include proposals and descriptive literature/pictures with their response to allow the Government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this synopsis. Proposals must clearly show that the CWAS Ensemble offered meets all requirements noted in the Performance Specifications. In accordance with DFARS 252.232-7002, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF). To register go to https://wawf.eb.mil. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this synopsis unless and until funds are available. The Government reserves the right to cancel this synopsis, either before or after the closing date for receipt of proposals. In the event the Government cancels this synopsis, the Government has no obligation to reimburse an offeror for any costs. It is anticipated that a solicitation will be released sometime in the future for a Firm-Fixed price purchase order to be issued in writing to the successful, responsible offeror(s). To be eligible to receive an award resulting from this solicitation, the contractor must be registered in System for Award Management (SAM). To register, apply via the Internet at https://www.sam.gov. If released timely, the government intends on closing the solicitation at 4:30 PM EST on 11 Mar 2014. At that time, the Government expects to receive the P-Spec Compliance Checklist with all supporting test data, proposal, and price list. The submission shall also include Instructions to Offerors (FAR 52.212-1) which includes: proposing company's name, address and phone; point of contact's name, phone and email; cage code; proposal date; proposal number; unit price; any quantity price breaks; any prompt payment discount; length of time the proposal is valid (minimum of 90 days); warranty information; test reports and P-Spec Compliance Worksheet. Quoted price shall be FOB destination to Wright Patterson AFB, Ohio. If the pricing offered is available under a GSA Federal Supply Schedule (FSS), the offeror(s) should include that GSA FSS contract number. Contracting Office Address: 1981 Monahan Way Wright Patterson AFB, OH 45433 Primary Point of Contact: Karrie Glover Contract Specialist karrie.glover@us.af.mil (937) 904-3509
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8606-12-R-6390/listing.html)
 
Record
SN03214696-W 20131012/131010233917-6abec34104fad9faa54d6e67f84d2446 (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.