MODIFICATION
93 -- Synopsis for M295 Decontamination Kit Corner Pad
- Notice Date
- 3/28/2014
- Notice Type
- Modification/Amendment
- NAICS
- 326150
— Urethane and Other Foam Product (except Polystyrene) Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J14R3028
- Response Due
- 5/30/2014
- Archive Date
- 6/29/2014
- Point of Contact
- Nicole Bolz, 309782782317
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(nicole.m.bolz@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This synopsis replaces the orginal posted synopsis to provide further details on the M295 Corner Pad requirement. 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. This synopsis is being posted to both the Federal Business Opportunities (FBO) website located at http://www.fbo.gov and the Army Single Face to Industry (ASFI) website located at https://acquisition.army.mil/asfi/default.cfm North American Industry Classification System (NAICS) Codes 326150. The solicitation will be posted on or around 15 April, 2014. The Government anticipates requirements for the components of the M295 Individual Equipment Decontamination Kit. The Army Contracting Command- Rock Island (ACC-RI) intends to award a contract for manufacturing of M295 Corner Pad. A five-year, indefinite-delivery, indefinite-quantity contract is anticipated. Delivery shall be FOB Destination with inspection and acceptance at the government's facility: Pine Bluff Arsenal, Pine Bluff, AR. The requirement is for: 1.M295 Corner Pad in accordance with DWG 63-220-ME-3006*, to include: a. Meet requirements IAW Commercial Item Description A-A-59136, Type III, Grade A, Class 1. * Drawing is available as attachments to this synopsis. Estimated Quantities are as follows: 1. M295 Corner Pad: a. FY14: MIN: 96,250 ea / MAX: 192,500 ea b. FY15: Expected: 96,250 ea / MAX: 192,500 ea c. FY16: Expected: 96,250 ea / MAX: 192,500 ea d. FY17: Expected: 96,250 ea / MAX: 192,500 ea e. FY18: Expected: 96,250 ea / MAX: 192,500 ea This procurement will result in a firm fixed price contract as a 100% small business set-aside. All contractors who provide goods/services to the DOD will be registered in System for Award Management (SAM) via the Internet at https://www.sam.gov/portal/public/SAM/ or contact Service Desk URL: http://www.FSD.gov (8am - 8pm Eastern Time) US Calls: 866-606-8220 International Calls: 334-206-7828. This solicitation requires online certifications and representations (ORCA) found at https://www.sam.gov/portal/public/SAM/ Failure to complete the ORCA registration may make an offeror ineligible for award. The solicitation will be available at FedBizOpps and ASFI on or about 15 April 2014 with a closing date 30 days after issuance. No hard copies of the solicitation will be mailed. Responsible sources may submit an offer which shall be considered by the agency. The point of contact (POC) is Nicole Bolz, (309) 782-2317 or email Nicole.m.bolz.civ@mail.mil. Reference the above solicitation number when responding to this notice. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. NOTE:FedBizOpps utilizes the quote mark Response Date quote mark on this synopsis for archive purposes only and is NOT to be confused with the estimated closing date in this announcement or the date for receipt of proposals contained in the solicitation. * See Drawing for packaging requirements ** Drawings that have been underlined require explicit permission to access. Please follow these steps for access: 1. You must request authorization through the Joint Certification Program (JCP). They will verify your company's status as a trusted contractor. 2. Request explicit access for the specific Technical Data Packages (TDP) in FBO.gov. 3. Submit a signed and completed Non-Disclosure Agreement (NDA) via email to me (available as an attachment through the FBO.gov page). 4. I will forward your signed NDA to the people who grant access to the TDP. They will check your status in JCP and verify your NDA is signed by the same person that is authorized in JCP. They cannot grant access unless there is an explicit access request in FBO.gov to approve. A firm fixed price, five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract is anticipated. It is estimated that this requirement may require initial delivery NLT 30 September 2014. Currently, the IDIQ period of performance is expected through Fiscal Year (FY) 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1c44c529b987c17ce82451dd33877e64)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03323280-W 20140330/140328234415-1c44c529b987c17ce82451dd33877e64 (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 |