Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2024 SAM #8172
SOLICITATION NOTICE

81 -- 81--CYLINDER,COMPRESSED

Notice Date
4/10/2024 1:40:09 AM
 
Notice Type
Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010424RLA83
 
Response Due
4/24/2024 2:00:00 PM
 
Archive Date
05/09/2024
 
Point of Contact
Telephone: 7176056055
 
E-Mail Address
JOSHUA.J.ESHLEMAN@NAVY.MIL
(JOSHUA.J.ESHLEMAN@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N713.30|GG1|717-605-1308|JOSHUA.J.ESHLEMAN.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20|0001|483|180|||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO - INVOICE AND RECEIVING REPORT|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| EXERCISE OF OPTION TO FULFILL FOREIGN MILITARY SALES COMMITMENTS-BASIC(NOV 2014))|4||||| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2023)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (NOV2023))|5|||||| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1|180 DAYS| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2023))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|332420|750|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED-PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| THIS RFP IS FOR A BUY. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. SECTION L L0X - SUBMISSION OF PROPOSALS I.GENERAL In addition to instructions to offerors contained elsewhere in this solicitation, the following instructions are provided. Proposals are to be submitted to the Contracting Officer on or before the closing date/time cited elsewhere in this Request for Proposals. Proposals shall comply with the detailed instructions for the format and content of the proposals contained herein; proposals that do not comply may be considered unacceptable and may render the proposal ineligible for award. Offerors shall submit their proposals in two separate volumes as follows: Volume I Non-Price Proposal Volume IIPrice Proposal In addition, offers shall consist of and shall include the following items as part of Volume II: Solicitation cover sheet with appropriate blocks completed by the offeror. Solicitation pricing pages completed by the offeror Acknowledgement of solicitation amendments pursuant to FAR 52.212-1 (if not previously acknowledged). Representations and Certifications completed by the offeror in accordance with instructions contained elsewhere in this solicitation. If the offeror has completed all of the representations and certifications required by this solicitation in SAM (www.sam.gov) in accordance with FAR 52.204-8 and DFARS 252.204-7007 ALT A, then the offeror should so indicate in their response. The completion and submission of the above items will constitute an offer (proposal). Offerors shall respond to all requirements of the solicitation document. Offerors are cautioned not to alter the solicitation. Alternate proposals are not authorized. An objection to any of the terms and conditions of the solicitation will constitute a deficiency (see FAR 15.001) which will make the offer unacceptable. In the event any person who is not a bona fide employee of the offeror participated in the creation, formulation, or writing of any portion of the proposal, a certificate to this effect shall be included in the proposal which shall be signed by an officer of the offeror. Such certificate shall in the proposal which shall be signed by an officer of the offeror. Such certificate shall identify the name of the person who is not a bona fide employee, that person's employment capacity, the name of the person's firm, the relationship of that firm to the offeror, and the portion of the proposal in which the person participated. VOLUME I NON-PRICE PROPOSAL This volume shall address Previous Experience and Technical Approach and include all information required for proposal evaluation. This volume of the proposal shall exclude any reference to the price aspects of the proposal. Each page of each copy should include the following legend: Source Selection Information - See FAR 2.101 and 3.104 VOLUME II PRICE PROPOSAL This volume shall include the completed solicitation documents and a complete and detailed price schedule. Each page of each copy should include the following legend: Source Selection Information - See FAR 2.101 and 3.104 II.REQUIREMENTS FOR PROPOSAL CONTENT (1) Do not include CLASSIFIED data in your proposal. (2) Introduction and Purpose - This section specifies the format that offers should use in proposals submitted in response to this solicitation. The intent is not to restrict the offerors in the manner in which they will perform their work but rather to ensure a certain degree of uniformity in the format of the proposals for evaluation purposes. (3) Each volume should contain the following items in addition to the other information required by this solicitation: Cover: The cover should indicate the following: Title of the proposal Volume Number (I or II) Solicitation number Name, address, and phone number of offeror Identification of original signature copies Table of Contents: The table of contents should provide detail sufficient to allow the important elements to be easily located. (4) Requirements for Style: Each offeror shall submit a proposal that clearly and concisely sets forth the contractor's response to the requirements of the solicitation. Unnecessary elaboration or other presentations beyond that sufficient to present a complete and effective proposal are not desired and may be construed as an indication of the offeror's lack of cost consciousness. Elaborate artwork, expensive paper or bindings, and expensive visual or other presentation aids are neither necessary nor desired. The proposal shall contain all the pertinent information in sufficient detail in the one area of the proposal where it contributes most critically to the discussion. When necessary, the offeror shall refer to the initial discussion and identify its location within its proposal. III.PROPOSAL CONTENT (1) Volume I - Non-Price Proposal The Non-Price evaluation factors are listed below in descending order of importance: -PRIOR EXPERIENCE-TECHNICAL APPROACH The Non-price evaluation factors are listed in detail below: -PRIOR EXPERIENCE: The offeror's background, experience manufacturing NSN: 8120015271583, and qualifications will be assessed to determine the likelihood that that offeror can successfully perform the contract requirements and the degree of the risk of non-performance -TECHNICAL APPROACH: The proposal will be evaluated on how the offeror intends to organize, staff and manage the contract and the means that will be used to accomplish the contract requirements. The degree to which the proposal demonstrates an understanding of the requirements will be evaluated, as well as the offeror's planned management of consultants and subcontractors, if applicable. (2) Volume II - Price Proposal Volume II shall include the completed solicitation documents and a complete and detailed price schedule. The price/cost proposal shall support the Non-price proposal. If the price/cost proposal does not support the Non-price proposal, the offeror's overall technical proposal rating may be downgraded. The price/cost proposal shall include all elements of cost and such other cost information as considered appropriate to support the offeror's proposal. The evaluation of proposals will consider the offeror's Non-price proposal more important than the offeror's Price proposal. (a) Each offeror shall identify in its pricing proposal if the offeror intends to obtain engineering support services from the government for efforts related to this procurement. NAVSUP WSS intends to identify the level of support, if any, provided to an offeror by the government in the past fiscal year and assign the appropriate monetary value associated with any engineering support provided to an offeror during that fiscal year. This value will then be added accordingly to the unit price per repair in order to ensure that each offeror's price is evaluated equally. The Government shall not be responsible for compensating the Contractor for any costs tied to solicitation requirements but not factored into the proposed prices, either by the Contractor's intention or by mistake. SECTION M M0X - EVALUATION CRITERIA AND BASIS FOR AWARD (SINGLE AWARD) The Government intends to make a single award to the eligible, responsible, technically acceptable contractor whose offer, conforms to the solicitation, is determined most advantageous to the Government. The evaluation will consider past performance as more important than price. The offeror's proposal shall be in the form prescribed by, and shall contain a response to each of the area identified in, the Section L solicitation provision entitled ""Submission of Proposals."" Only those proposals prepared in accordance with the solicitation will be evaluated. The Government reserves the right to award the contract to other than the lowest priced offer. (1) Past Performance. The Government will evaluate the quality of the offeror's past performance. This evaluation is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the offeror and other competitors to successfully meet the requirements of the RFP. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will receive a neutral rating for past performance. However, the proposal of an offeror with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The offeror must provide the information requested in the provision entitled Submission of Proposals in Section L or affirmatively state that it possesses no relevant directly-related or similar past performance. An offeror failing to provide the past performance information or to assert that it has no relevant directly-related or similar past performance will be considered ineligible for award. The Government will utilize the DoD Supplier Performance Risk System (SPRS) (SPRS) program to evaluate past performance (refer to DFARS provision 252.213-7000, ""NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF SUPPLIER PERFORMANCE RISK SYSTEM (SPRS) IN PAST PERFORMANCE EVALUATIONS""). SPRS accumulates data on suppliers by Federal Supply Class (FSC). The Government will consider SPRS data for the Federal Supply Classes of all items included in this procurement. Based on comparisons among suppliers in a specific FSC group, SPRS sorts suppliers into color ratings representing the supplier's overall quality performance based on the following indices: |COLOR |POSITION | |Dark Blue|Top 5% of suppliers in FSC group | |Purple |Next 10% of suppliers in FSC group | |Green |Next 70% of suppliers in FSC group | |Yellow |Next 10% of suppliers in FSC group | |Red |Bottom 5% of suppliers in FSC group | If all supplier ratings for a specific FSC group are equal, all suppliers within that group will be classified Green. Suppliers with no history in SPRS will be displayed without a rating and, for evaluation, receive a neutral rating. (2) Price. Price is a secondary factor. (3) The non-price factors are again listed below in descending order of importance: - PRIOR EXPERIENCE - TECHNICAL APPROACH For all non-price factors (other than Past Performance), an offeror's proposal must be determined to be Acceptable to be eligible for award. A rating that is Unacceptable in any non-price evaluation factor will render a proposal ineligible for award consideration as submitted. For the purpose of preparing a price proposal, the offeror shall assume that the ordering period shall be from 23 APR 2024 through 23 MAY 2024. The evaluated price will be the offeror's total proposed price. Any delay in award or change in the period of performance start dates in the resulting award shall not entitled the contractor to a price adjustment. BASIS FOR SELECTION The Government will select the responsible Contractor whose proposal, in conforming to this RFP, provides the overall best value to meet the Government's requirements, price and non-price factors considered. Only the apparent successful contractor determined to be responsible pursuant to FAR 9.104-1 will be issued a contract. The Government intends to evaluate proposals and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and non-price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Contracting Officer reserves the right to determine that the offeror's overall firm fixed price proposal represents an unacceptable level of risk, based on the information submitted by the offeror. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. THE FOLLWING REMARK IS HEREBY REMOVED: ""The Government intends to add an option quantity to the resultant contract. In reference to the option quantity,the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the number of days in FAR52.217-6 herein. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties o otherwise agree."" \ PER NAVY TECHNICIAN: This is a full blown spec TDP. It lists everything needed to make the item. No drawing is needed. Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for a buy. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Government source inspection is required. - Unit Price:__________ FIRM - Total Price:__________ FIRM - Procurement Turnaround Time (PTAT) :__________ - Awardee CAGE: __________ - Inspection & Acceptance CAGE, if not at source:__________ If you are not the manufacturer of the material you are offering, you must state who the manufacturing is (NAME & CAGE CODE) and be able to provide traceability information if requested prior to receiving an award. The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the number of days in FAR 52.217-6 herein. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. NAVSUPWSS POC: JOSHUA.J.ESHLEMAN.CIV@US.NAVY.MIL 1. SCOPE 1.1 ;This specification addresses the requirements for composite self-contained breating apparatus (SCBA) cylinders, for use in inflating the MK-8 mod 2 (50 person) Life Rafts. ; 1.2 ;Government-Furnished Material (GFM): Not applicable.; 2. APPLICABLE DOCUMENTS 2.1 ;The below-listed documents form a part of this specification to the extent specified herein. Approval/publication dates or revision dates/numbers are also identified, to ensure that same document versions are used at time of specification writing and during contract execution.; 2.1.1 ;GOVERNMENT DOCUMENTS. Code of Federal Regulations, Title 49, Part 173, Subpart B - Preparation of Hazardous Materialsfor Transportation, Section 173.34 - Qualification, maintenance and Use of Cylinders, 2017 US Department of Transportation (DOT) CFFC, Nov 2000, Basic Requirements for Fully Wrapped Carbon-Fiber Reinforced Aluminum Lined Cylinders (DOT-CFFC); 2.1.2 ;NON-GOVERNMENT/NON-MILITARY STANDARDS. Compressed Gas Association, Inc. (CGA) CGA G-7.1, 2011, Commodity Specification for Air; 2.2 ;ORDER OF PRECEDENCE: In the event of a conflict between the detail specification and the references cited herein, the text of this specification shall take precedence. Nothing in this specification however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. In the event of a conflict between the detail specification and the contract, the contract takes precedence.; DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 ;Manufacturing and Design: The inflation cylinders furnished in conformance with this specification shall meet material and physical requirements as follows:; 3.1.1 ;The cylinders shall be standard commercial off-the-shelf (COTS) SCBA cylinders, with the following salient characteristics and specifications: -Designed for 15-year service life, with a 5-year hydrostatic testing requirement. -Manufactured and sold as fully-wrapped carbon fiber reinforced aluminum cylinders (CFFC), in conformance with DOT-CFFC requirements. -Possess a female valve port sized to accept and inflation valve with 0.875-14 UNF (male) threads and an o-ring mating surface such that a minimum of six threads are engaged. -Designed for inflation gas meeting Grade D breathable air in accordance with CGA G-7.1, with a maxumum pressure of 31 megapascals (MPa) at 21 degrees Celsius. SPECIFICATIONS: Minimum Capacity: 1,624 cubic inches Max Working Pressure: 3,295 psi Nominal Diameter: 9.84"" +/- .5"" Nominal Length: 30.83"" +/- 5"" Maximum Weight; 30.00 lbs +/- 5.3 lbs.; 3.2 ;The Contractor shall prepare service manuals which shall include instructions for opening, inspecting, testing, and repairing the cylinder, along with parts lists of all replaceable/repairable components.; 3.3 ;The Contractor shall comply with all applicable requirements, as stated in 49 CFR 173.34, or Special DOT Permit.; 3.4 ;Government drawings are not provided for this product. the current TDP identifies the characteristic and specifications required for this cylinder bottle.; 3.5 ;Labels affixed to bottles shall have the manufacturers cage and part number, and government cage and part number, Cage: 53711, P/N: LIFE RAFT MK-8 CYLINDER.; 3.6 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 4. QUALITY ASSURANCE 4.1 ;Product conformance: The products provided shall meet the salient characteristics of this specification and conform to the producer's own drawings, specifications, standards, and quality assurance parctices, and be the same product offered for sale in the commercial marketplace. The government reserves the right to require proof of such conformance.; 4.2 ;DOT special permit: The manufacturer of this item must be authorized by special DOT permit to manufacture and sell fully wrapped CFFC cylinders. The permit shall identify safety control measures for hydrostatic testing, visual inspection requirements, and rejection standards.; 4.3 ;Market acceptability. The following market acceptability criteria are necessary to document the quality of the product to be provided under this specification.; 4.3.1 ;The manufacturer of the item must have been producing a product meeting the requirements of this specification for at least 2 years.; 4.3.2 ;The manufacturer must have sold at least 1000 units meeting this specification - in the commercial market, over the past 2 years.; 5. PACKAGING 5.1 ;Preservation, packing, and marking shall be as specified in the contract or order.; MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 ;Source of documents:; 6.1.1 ;MIL-SPECs. Military Specifications are available at http://astimage.daps.dla.mil/quicksearch/ or http://assist.daps.dla.mil or from the Standardization Document Order Desk, 700 Robbins Avenue, Bldg 4D, Philadelphia, PA 19111-5094. MIL-STDs.; 6.1.2 ;Compressed Gas Association, Inc. standards are available at: http://www.cganet.com/publications.php ;
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ce466c248834f0492f0840c3c774438/view)
 
Record
SN07026462-F 20240412/240410230050 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.