Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

42 -- Pre-Solicitation Notice / Synopsis - CBRN Filters & Filter Assembly Components

Notice Date
1/12/2021 11:54:03 AM
 
Notice Type
Presolicitation
 
NAICS
322299 — All Other Converted Paper Product Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV-20-R-0006
 
Response Due
2/26/2021 2:00:00 PM
 
Archive Date
02/27/2021
 
Point of Contact
Daniel C. Poehling
 
E-Mail Address
daniel.c.poehling.civ@mail.mil
(daniel.c.poehling.civ@mail.mil)
 
Description
Pre-Solicitation Notice / Synopsis � Chemical Biological Defense / Collective Protection Chemical, Biological, Radiological, or Nuclear (CBRN) Filters and Filter Assembly Components (W56HZV-20-R-0006) The Army Contracting Command � Detroit Arsenal (ACC-DTA) intends to issue a Firm-Fixed Price (FFP) Request for Proposal (RFP) in April 2020 for the procurement of various CBRN filters and filter assembly components under NAICS Code 322299.� The RFP will be full and open competition and will result in a Five-Year, Multiple-Award Indefinite Delivery, Indefinite Quantity (IDIQ) Contract with no more than two awardees.� These CBRN filters and filter assembly components have a DO-A4 Industrial Priority Rating in accordance with (IAW) Federal Acquisition Regulation (FAR) 11.6, �Priorities and Allocations.�� The various CBRN filters and filter assembly components to be procured are found on the attachment which identifies an estimated total quantity over five ordering years.� The minimum guaranteed dollar value will be approximately $2.98 million and the maximum contract dollar value will be approximately $298 million.� The Government will only be required to order the stated minimum guaranteed dollar value.� The maximum order dollar value may be achieved through the issuance of a single or combination of delivery orders at any time during the five ordering periods.� All mandatory criteria using�Lowest Price/Technically Acceptable�source selection procedures will be used for this contract action.� Section M of the solicitation will describe the evaluation factors, which the Source Selection Authority�will follow to evaluate proposals to determine the best value to the Government.� No more than two, FFP, five-year IDIQ contracts are planned to be awarded for this effort.� A pre-award survey performed by DCMA and CCDC CBC Engineering may be utilized in the determination of contractor responsibility. If two awards are made, the amount ordered will be equally divided among the two awardees until the minimum guaranteed dollar value is met unless, as a result of fair opportunity, it is in the best interest of the Army to award separate items to each contractor to meet the minimum guaranteed dollar value for each contract.� Each subsequent delivery order will be competed amongst the two contract awardees with the award for the entire order being made to the contractor with the lowest price not to exceed an offeror�s established ceiling price for each item per ordering year.� If expedited delivery of an item is required, the Government will waive the established ceiling price and award to the low offeror.��������� Prior to full production of these CBRN items, a rigorous First Article Test (FAT) (IAW the testing procedures outlined in the TDP) will be required for each item IAW FAR 52.209-3, �First Article Approval � Contractor Testing.�� Although a FAT is required for all items listed in the attachment, some of those MAY be waived.� For example, if a contractor is awarded a larger end item such as the M13A1 GPFU, that contractor may be eligible to have a second separate FAT waived for the M19 Particulate Filter, M1A1-19 Pre-cleaner, and the M18A1 Gas Filter since they are all subcomponents of the M13A1 GPFU.� Their test data will be in the contractor�s FAT Report submitted for the larger M13A1 GPFU item.� The larger end item and each individual subcomponent shall be grouped together and awarded to the same contractor to be eligible for a FAT waiver.� Waiving of the FAT can occur with either the larger end item or the subcomponent itself.� The order in which the products are awarded and the follow-on FAT is not important.� Each item should only require one FAT.� Waiving of or reduction of FAT will be considered on a case-by-case basis, depending on the item being produced and whether that item had been recently produced by that manufacturer with no substantive changes. The Government will provide the contractor(s) a M49 housing as Government Furnished Property (GFP) prior to the FAT which will be used to verify the fit of multiple filters in the housing.� The Government will review any GFP that the offeror(s) identifies in its proposal.� If necessary and available, authorization for use of Government property required for contract performance will be obtained through the Contracting Officer.� The Government will furnish the complete filter-specific TDP to the contractor(s) for each filter type and the Gerber files to manufacture the M59 and M93 GPFU circuit boards. All shipments will be FOB Destination and shipped to Blue Grass Army Depot in Richmond, Kentucky, 40475-5070.� The contractor(s) will be responsible for shipment of deliverable items.� The Surveillance Criticality Designator (SCD) is ""B"".� The contractor(s) will be authorized to ship early with no quantity restrictions and at no additional cost to the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/95ed577a556046ada8f52764b0d8cd15/view)
 
Record
SN05890225-F 20210114/210112230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.