Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2004 FBO #0891
SOLICITATION NOTICE

73 -- Enhanced Fuel Bar (EFB) Type I and Type II

Notice Date
5/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
454319 — Other Fuel Dealers
 
Contracting Office
RDECOM Natick (R&D), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W91A2K41072016
 
Response Due
5/17/2004
 
Archive Date
7/16/2004
 
Point of Contact
Elaine Scarnici, 508-233-4585
 
E-Mail Address
Email your questions to RDECOM Natick (R&D)
(elaine.scarnici@natick.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Research, Development and Engineering Acquistion Center, Natick Contracting Division has a requirement for a quantity of 200 each First Article EFBs Type I (Single use pouch, containing 1.25 ounces of fuel, 5 in. x 3 in. x 0.33 in.) and 2 00 each First Article EFBs Type II (Multi use, recloseable pouch containing 6 ounces of fuel, 6-1/8 in. x 6 in. x 1 in.). A production quantity of 600,000 each EFBs Type I and a production quantity of 200,000 each of EFBs Type II. The EFB is a gelled fue l developed as a non-hazardous replacement to the Trioxane tablets currently used by individual members of all Military Services to heat water and beverages in a field environment. The heating capacity of the fuel shall be such that combustion of -1.1 oun ces of the fuel shall be sufficient to raise the temperature of 14 ounces of water contained in a standard canteen cup through a 100 degrees F rise in temperature. This acquisition is 100 percent set aside for small business using Commercial Item Procedure s outlined in FAR Part 52.212. The NAIC Classification is 454319, the size standard for which is annual receipts of less than $5,000,000.00, is considered a small business. This acquisition will utilize best value source selection and will result in an a ward of a Firm Fixed Price Type Contract. The Best Value Source selection will be based on the following factors - Technical Merit - Quality Assurance - Contract/Price Proposal, and Past Performance in that order of importance. For Technical Merit offer ors will prepare proposals outlining their capability to meet solicitation requirements as demonstrated by written proposal - product literature - computer analysis - test data, computations, and other supporting data. Offeror shall identify facilities an d equipment to be used for the production of the fuel gel heaters. Technical area will receive an adjectival rating of: Excellent - Acceptable or Unacceptable. Quality Assurance - The offeror shall demonstrate that proper quality assurance measures are i n place that include the proper test machinery to evaluate product characteristics and written quality assurance plan that can be reviewed by government quality assurance compliance officers. Quality Assurance area will receive an adjectival rating of Exce llent - Acceptable or Unacceptable. Price - Pricing of the entire quantity of both sizes will be combined for evaluation purposes, however, the Government reserves the right to award separate contracts for either size based on pricing of each size beverag e heater. Past Performance: Offerors past performance with Government/Commercial customers in the area of producing products like the fuel gel heater will include demonstrated technical and schedule performance, responsiveness to contract requirements, an d customer satisfaction with emphasis on recent and relevant experience. Past Performance risk will be rated - Low - Moderate - High or Unknown based on the relative risks associated with the Offerors likelihood of success in accomplishing this effort. To be consideration for award, overall evaluations of not less than Acceptable must be achieved in the areas of Technical and Quality Assurance. An evaluation rating of Unacceptable at the Technical and Quality Assurance Area level will cause the entire Pr oposal to be evaluated as Unacceptable. A rating of High Risk in the Past Performance area will not cause the entire Proposal to be evaluated as Unacceptable but will be factored in to the final decision. This is a best value acquisition. Offerors are advi sed that award may not necessarily be made to the lowest-priced offeror. Contract award will be made to the offeror whose proposal represents the best overall value to the Government based on the Areas stated. The Request for Proposal (RFP) will be poste d on the Natick Contracting Divisions Web Site: https://www3.natick.army.mil on or about 17 May 2004. The closing date of this synopsis is 17 May 2004. Pleas e be advised that W91A2K-4107-2016 is the reference number and not the solicitation number. The solicitation number and due date for receipt of the RFP will be specified on the face page at time of issuance. All questions and/or inquiries MUST be submitt ed either by datafax or E-mail, NO TELEPHONE CALLS PLEASE. The e-mail address is Elaine.Scarnici@natick.army.mil. The datafax number is (508) 233-5286. See Note 1.
 
Place of Performance
Address: US Army Research, Development and Engineering Acquisition Center ATTN: AMSRD-ACC-N, Natick Contracting Division, Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00578872-W 20040505/040503212121 (fbodaily.com)
 
Source
FedBizOpps.gov 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.