SOLICITATION NOTICE
23 -- Mobile Self Contained Breathing Air (SCBA) Refill System
- Notice Date
- 12/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333411
— Air Purification Equipment Manufacturing
- Contracting Office
- USPFO for New Hampshire, 1 Minutemen Way, Concord, NH 03301-5652
- ZIP Code
- 03301-5652
- Solicitation Number
- W912TF-11-T-0001
- Response Due
- 12/20/2010
- Archive Date
- 2/18/2011
- Point of Contact
- Scot Yeanish, 603-227-1510
- E-Mail Address
-
USPFO for New Hampshire
(scot.yeanish@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with Simplified Acquisition procedures in FAR Part 13, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912TF-11-T-0001 and is issued as a request for proposal, unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 333411 with a small business size standard of 500 employees. This requirement is a 100% Small Business set-aside and all qualified offerors may submit proposals. FOB Destination shall be Concord, NH 03301. The New Hampshire National Guard (NHNG) has a requirement for one each (1 EA) mobile self contained breathing air (SCBA) refill system. This unit will be capable of field refilling SCBA cylinders and give the user the ability to perform on site maintenance to self contained air systems. This system shall give the user the ability to perform a CBRNE mission in the field with no compressor and be a completely closed-loop system to avoid any possible contamination of breathing air. Successful completion of the project will meet all of the minimum requirements of the Statement of Work (SOW) included in this combined synopsis/solicitation. Site Visit will not be required for this procurement. EVALUATION FACTORS FOR AWARD - Award will be made on an all or none basis to the responsible firm whose proposal is most advantageous to the Government based on Technical, Past Performance, and Price. Technical and past performance when combined are significantly more important than cost or price. All offerors shall provide at least three references, to include a point of contact and phone number for the offerors customers that have received supplies and services of similar scope and price and which have been completed no greater than three years. The Government may reject any or all proposals, issue orders to other than the lowest proposal, and waive minor informalities or irregularities in quotes received. Note: The Government intends to evaluate proposals and make an award without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government reserves the right to reject any or all proposals at any time prior to award; negotiate with any or all offerors; award a contract to other than the offeror submitting the highest technically rated; and award contracts to offerors submitting a proposal determined by the Government to be the most advantageous (best value) to the Government in accordance with the factors stated above. Note: The government intends on awarding to a single offeror. Note: Offer required acceptance period is 60 days. Award may be delayed a maximum of 60 days after receipt of proposals with no additional cost to the Government. APPLICABLE FAR CLAUSES AND OTHER PROVISIONS: 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number 52.204-7 Central Contractor Registration 52.212-1 Instruction to Offerors - Commercial Items 52.212-2 Evaluation Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 (Dev)Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-6 Notice of Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated By Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252-247-7023 Transportation of Supplies by Sea 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies QUESTIONS AND ANSWERS: All questions and answers must be in writing. Email all questions to scot.yeanish@us.army.mil and carol.domingue@us.army.mil. Questions must be received NLT 3 workdays prior to closing. Answers will be provided with questions, on a non-attribution basis to all and posted on Federal Business Opportunities PROPOSAL DUE DATE: All offers are due by Monday December 20th, 2010 at 2:00PM EST. Email proposals will be accepted (scot.yeanish@us.army.mil and richard.plante@us.army.mil). Facsimile proposals will not be accepted. Mail proposals will be accepted, mailing address: USPFO NH Contracting Office ATTN: Scot Yeanish 302 Newmarket St BLDG 145 Pease ANGB, NH 03803-0157
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/W912TF-11-T-0001/listing.html)
- Place of Performance
- Address: USPFO for New Hampshire 1 Minuteman Way, Concord NH
- Zip Code: 03301-5652
- Zip Code: 03301-5652
- Record
- SN02338357-W 20101205/101203234206-a05b3396ffd8823fb2834b4e20386102 (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 |