Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
MODIFICATION

44 -- Flanders Alpha 2000 High Capacity HEPA Filters

Notice Date
7/20/2018
 
Notice Type
Modification/Amendment
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, 8456 Brigade Street, Building E4215, Aberdeen Proving Ground, Maryland, 21010-5401, United States
 
ZIP Code
21010-5401
 
Solicitation Number
W911SR-18-P-HEPAFILTERS
 
Archive Date
8/18/2018
 
Point of Contact
Troy L. McClanahan, Phone: 410.436.3104, Jemel Hogan, Phone: 4104364068
 
E-Mail Address
troy.l.mcclanahan.civ@mail.mil, jemel.m.hogan.civ@mail.mil
(troy.l.mcclanahan.civ@mail.mil, jemel.m.hogan.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Army Contracting Command Aberdeen Proving Ground (ACC-APG) Edgewood Division, 8456 Brigade Street, APG MD 21010 is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the need for product support of one hundred eighty (180) Flanders Alpha 2000, High Capacity HEPA filters. The filters will be used in support of a classified customer program supported by the Safehaven Branch. The intention is to procure these products on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location: APG Edgewood Area and other Government locations - Continental United States (CONUS) and Outside Continental United (OCONUS) - Noncombatant zones 35% On-Site Government 65% Off-Site Contractor DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS PRODUCT DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR PROPOSAL (RFP), IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND This is a recurring requirement, previous contracts have been executed for the purchase of these items. Previous acquisition strategies include using Request for Quotes as the method of solicitation and Small Business Set Aside as the acquisition strategy. Previous market research would be available through the Aberdeen Proving Ground (APG) contracting division. Competitive barriers have been removed in past acquisitions by using full and open competition. REQUIRED CAPABILITIES System Requirements: 1.) The required filter must be a Flanders Alpha 2000, High Capacity HEPA Filter, 99.99%. 2.) The model number must be 0-011-H-08-03-SU-12-00-GG-FU5. This calls out specific gasket requirements, material requirements, and a UL-586 fire rating label for each filter. The dimension of the filter is 24"Hx24"Wx11.5"D. 3.) The total quantity for purchase is 180. 4.) The quantity to purchase is flexible. $50,000 is allocated for this purchase. The quantity shall be adjusted based on quotes received to procure approximately 180 HEPA filters without exceeding the amount of allocated funding. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to provide these products, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) A tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS Security Considerations. None(The contractor shall not be required to: have access to classified material; to generate classified material; or to store classified material at the contractor's or government facility or whether access to the RDECOM Local Area Network is required.) ELIGIBILITY The applicable NAICS code for this requirement is 333 Machinery Manufacturing/333413 Industrial and Commercial Fan and Blower and Air Purfication Equipment Manufaturing with a Small Business Size Standard in number of employees of 1,000. The Product Service Code is D399. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft PWS is attached for review (Attachment 1). The draft delivery/logistics point can be found in 3.1, Requirement, of the draft PWS. Interested parties are requested to submit a capabilities statement of no more than twenty (20) pages in length in Times New Roman font of not less than 12 pitch. The deadline for response to this request is no later than 2 pm, Eastern Standard Time (EST), August 3, 2018. All responses under this Sources Sought Notice must be e-mailed to jemel.m.hogan.civ@mail.mil and troy.l.mcclanahan.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 4.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 5.) Include in your response your ability to meet the requirements within 45 day after the award date. The contract type is anticipated to be Firm-Fixed-Price (FFP). Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contracting Officer Jemel M. Hogan, in either Microsoft Word or Portable Document Format (PDF), via email jemel.m.hogan.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Contracting Officer identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8d577e8eff171321d365896ba67f4500)
 
Place of Performance
Address: U.S. Army, Edgewood Chemical Biological Center, RDCB-DPO-ML, ECBC Bldg 34-111, Pine Bluff Arsenal, White Hall, Arkansas, 71602, United States
Zip Code: 71602
 
Record
SN05001806-W 20180722/180720231201-8d577e8eff171321d365896ba67f4500 (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.