MODIFICATION
99 -- Aeromedical Water Purification Testing
- Notice Date
- 5/6/2005
- Notice Type
- Modification
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ HSG - Human Systems Group, HQ HSG/YASK 7980 Lindbergh Landing, Brooks City-Base, TX, 78235-5119
- ZIP Code
- 78235-5119
- Solicitation Number
- Reference-Number-WPD-01
- Response Due
- 5/20/2005
- Archive Date
- 5/31/2005
- Point of Contact
- Dorothy Howe, Contract Specialist, Phone 210 536-3853, Fax 210 536-4535,
- E-Mail Address
-
dorothy.howe@brooks.af.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation, FA8902-05-R-0004, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. The associated North American Industry Classification System (NAICS) is 541380 and the small business size is $10 Million. This requirement is for the testing of six (6) Commercial Off-the-Shelf (COTS) handheld devices that may be used for potable water purification in field operations. The Field Water Medic Program conducted a market survey in 2004 that identified handheld water purification devices that are commercially available. The selected devices passed National Sanitation Foundation (NSF) Protocol (P) 231/United States Environmental Protection Agency (USEPA) certification for removal of microbiologicals, claimed FDA approval and were close to meeting the draft Capabilities Development Document (CDD) requirements of fit, form, function. NSF P231 is currently the only protocol that is capable of testing to the requirements for DOD handheld water purification standards for limited use. From this study, the AF has identified six devices that warrant testing to verify that they can meet the war fighter’s requirements. The contractor will be required to test three each of six (6) Commercial Off-the-Shelf (COTS) devices which are identified in paragraph 5.1 on the attached Statement of Work (SOW). The Contractor shall use a maximum of eighteen (18) devices. Testing must be done in accordance with the government approved test procedures. This will be a firm-fixed price contract. Quotes shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and ability and willingness to comply with the Government’s specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the offeror’s taking exception to it. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability, past performance and delivery. Vendors shall address all requirements in this combined synopsis/solicitation and shall provide clear evidence of understanding and the ability and willingness to comply with the Government’s specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor’s taking exception to it. All vendors are to include with their quotes, the anticipated period of performance and a completed copy of provisions 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from http://orca.bpn.gov. The following Federal Acquisition Regulation (FAR) clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation – Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Alternate I, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41, The Service Contract Act; FAR 252.204-7004 Required Central Contractor Registration which can be downloaded at http://farsite.hill.af.mil. The following Department of Defense FAR Supplement Clause also applies: DFARS 252.232-7003, Electronic Submission of Payment Requests. All interested, responsible, business firms shall submit written quotation no later than 20 May 2005, 12:00 p.m. CDT, to HSG/YASK, 7980 Lindbergh Landing, Brooks City-Base TX 78235-5119, ATTN: Dorothy Howe, Contract Specialist. Ms Howe’s telephone number is (210) 536-3853 and her e-mail address is Dorothy.Howe@brooks.af.mil. STATEMENT OF WORK FOR THE AEROMEDICAL WATER PURIFICATION TESTING 27 Apr 2005 1.0 SCOPE This Statement of Work (SOW) describes the effort required of an independent test facility, herein referred to as the Contractor, to assess six (6) Commercial Off-the-Shelf (COTS) handheld devices that may be used for potable water purification in field operations. This SOW outlines the workload required to conduct the testing and report the results of the testing. 2.0 BACKGROUND The Field Water Medic Program conducted a market survey in 2004 that identified handheld water purification devices commercially available. Additionally, the devices had passed National Sanitation Foundation (NSF) Protocol (P) 231/United States Environmental Protection Agency (USEPA) certification for removal of microbiologicals, claimed FDA approval and were close to meeting the draft Capabilities Development Document (CDD) requirements of fit, form, function. NSF P231 is currently the only protocol that is capable of testing to the requirements for DOD handheld water purification standards for limited use. From this study, the AF has identified six (6) devices that warrant testing to verify that they can meet the warfighter’s requirements. 3.0 APPLICABLE DOCUMENTS The contractor shall comply with the applicable documents shown to the extent specified in this SOW. National Sanitation Foundation Protocol 231 4.0 TEST RESOURCE REQUIREMENTS The contractor shall perform all activities stated in subsequent sections of this SOW necessary to procure, assess, test, and report on each of the six (6) identified devices in accordance with the government-approved test plan. The contractor shall provide the test facilities, equipment, instrumentation, government-approved test procedure, and personnel to accomplish the testing. The contractor shall supply all materials, etc., required to perform work described in this SOW. 5.0 TEST AND EVALUATION 5.1. The contractor shall accomplish the testing of three each of the six identified Commercial Off-the-Shelf (COTS) devices IAW the government-approved test procedures using a maximum of eighteen (18) devices. The contractor will purchase three (3) each of the six (6) identified COTS items listed in Table 1. 5.2. Water Device Testing: This test includes the testing of six (6) COTS devices, the associated preparation activities, and a post test reporting. The intent of this project is to test all devices for satisfaction of the National Sanitation Foundation Protocol (NSF) Protocol (P) 231, for efficate removal of microbiological pathogens. 5.4. The contractor shall report test failures, accomplish test analysis, and prepare a final test report for each test procedure. CDRL Seq No A001 DI-NDTI-80809B Test/Inspection Final Report CDRL Seq No A002 DI-MISC-80566 Test Plan CDRL Seq No A003 DI-NDTI-80603 Test Procedures 6.0 LOGISTICS MANAGEMENT No Government Furnished Equipment (GFE) will be provided. 7.0 PROGRAM MANAGEMENT The management objective is to allow the offeror the maximum flexibility to innovatively manage the program to satisfy the user’s requirements. 8.0 PERIOD OF PERFORMANCE The desired Period of Performance is one hundred twenty (120) days from date of contract award. Contract Data Requirements List (CDRLS) Interested vendors should contact Dorothy Howe to get a copy of the CDRLS. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/HSGYASK/Reference-Number-WPD-01/listing.html)
- Record
- SN00802793-F 20050508/050506214125 (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 |