Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
SOLICITATION NOTICE

66 -- Explosives Detection & Identification Kit

Notice Date
3/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Explosive Ordnance Disposal Technology Division, 2008 Stump Neck Rd, Indian Head, Maryland, 20640-5070, United States
 
ZIP Code
20640-5070
 
Solicitation Number
N00174-16-Q-0015
 
Archive Date
4/5/2016
 
Point of Contact
Amy C. Anderson, Phone: 3017446883
 
E-Mail Address
amy.c.anderson2@navy.mil
(amy.c.anderson2@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 for this procurement is N00174-15-Q-0015 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-77 (This FAC # changes and can be found at FAR Site).This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 334511 SEARCH, DETECTION, NAVIGATION, GUIDANCE, AERONAUTICAL, AND NAUTICAL SYSTEM AND INSTRUMENT MANUFACTURING. The SB size standard for this code is 750 employees. BRAND NAME OR EQUAL: The Elite Explosives Detection and Identification Kit were designed to detect and identify trace explosives and explosives precursors. It is used by military units and forensics specialists in post-blast investigations and in screenings of personnel, passengers and vehicles for evidence of explosives. The kit is used by armed forces to detect a wide spectrum of explosives and HME precursors quickly and effectively. CLIN0001 - 20 each: EL:100-BX: ELITE Explosives Detection Kit, one-use disposable kit for a broad range of explosives including PETN, RDX, TNT-based bromates, nitrates, aliphatic, nitro-aromatic. It includes one box of ten EL100s. CLIN0002 - 20 each: EL:100-BPH: EL100-BPH, Battery Powered Heater for the E.L.I.T.E. Model EL100. It includes a NiMH rechargeable battery pack and recharger. CLIN0003 - 20 each: EL:100-BLH: Pocket heating device for the EL100 - requires some sort of open heat source such as a Bic* lighter. CLIN0004 - 20 each: EL:FFI-ZIP-10: FFI 2011 Logo Zippo Lighter (shipped without fuel) - chrome C version CLIN0005 - 20 each: EL:ELITE-FG: A complete pocket field guide for the ELITE Explosives Detection System. It is printed on waterproof paper and Includes instructions for the EL100, EL240 and CHL/PCHL, and other information. CLIN0006 - 1 each: EL:1002-XC: EL1002-XC - Complete Explosives Detection Field Kit. Includes: 10x EL100 (an EL100-BX), 10x EL240 (an EL240-BX), 10x CHL/PCHL (a CHL/PCHL-PK) 1x Battery-powered heater and charger, 1x Heating jig for use with lighter, 1x Zippo lighter, 1x pocket Field Guide, soft-sided carrying case with shoulder strap. Suggested Source: Field Forensics, Inc. All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.211-6, Brand Name or Equal applies to this acquisition. FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; 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 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Points of contact: Contract Specialist/Administrator: Amy Anderson, Civ, Telephone: (301) 744-6883, Fax: FAX: 301-744-4055 E-Mail: amy.c.anderson2@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the NSWC IHEODTD Indian Head Naval EOD Technology Division, 2008 Stump Neck Road BLDG. 2195 Indian Head, MD 20640-5070 not later than 0800 (08:00 a.m.) Easter Standard Time on 21 March 2016. All quotes must be marked with RFQ number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N42794/N00174-16-Q-0015/listing.html)
 
Place of Performance
Address: NSWC IHEODTD Indian Head Naval EOD Technology Division, 2008 Stump Neck Road, Bldg 2195, Indian Head, Maryland, 20616, United States
Zip Code: 20616
 
Record
SN04050877-W 20160317/160315235233-9880864129398a67e147e2cb1cbd9fe5 (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.