Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2018 FBO #5945
MODIFICATION

69 -- HAZMAT CHEMICAL SUITS

Notice Date
3/2/2018
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Leonard Wood, 8112 Nebraska Avenue, Fort Leonard Wood, Missouri, 65473, United States
 
ZIP Code
65473
 
Solicitation Number
W911S718R0007
 
Archive Date
3/30/2018
 
Point of Contact
Victor E Richards, Phone: 573-596-4979
 
E-Mail Address
victor.e.richards.civ@mail.mil
(victor.e.richards.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS THIS IS A SOURCES SOUGHT SYNOPSIS ONLY! Please DO NOT respond with quotes. The US Government is seeking to identify possible SMALL BUSINESS MANUFACTURERS of the required items. The U.S. Government desires to procure HAZARDOUS MATERIAL LEVEL B TRAINING SUITS, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. This is a sources sought attempting to ascertain whether a SBA certified SMALL BUSINESS is capable of manufacturing and delivering to the U.S. Government the items described. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) for this procurement action is/are: 339113. Size Standard is: 750 employees. The level B suit shall be a coverall style including elastic wrist, attached hood and bootie with boot flap. Hood style should be an elastic face opening to allow for mask to be worn and the seams should be either surged or bound type. Material of the suit should be of Kappler Z100XP material or better. This suit will be used for training only and will not be exposed to any hazardous materials! Sizes needed will be from Small to 4X. The encapsulated level B suit shall have an expanded back to allow for space so the wearer can don the desired Self Contained Breathing Apparatus (SCBA). It needs a large-view face shield with at least one exhaust post, no vent valve is required. Must have sewed on butyl gloves or equal and attached bootie with boot flap. Would like single taped seams or better and storm flap and at a minimum a cloth zipper. Material of the suit should be of Kappler Z100XP material or better. Prefer a rear entry but is not required. This suit will be used for training only and will not be exposed to any hazardous materials! Sizes needed will be from Small to 4X. 1) Is your business a small business manufacturer under NAICS code 339113? 2) Does your firm qualify as a small disadvantaged business? 3) If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act? 4) Are you a certified HUBZone firm? 5) Are you a woman‐owned or operated business? 6) Are you a certified Service‐Disabled Veteran Owned or Veteran Owned business? 7) Is your business a large business? 8) Is your business registered in SAM.gov? 9) Is there another NAICS code that is better suited for this requirement? In an attempt avoid any confusion, the SMALL BUSINESS being sought SHALL be the actual manufacturer of the items. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. This sources sought notice is being reopned due to the omission of the word "manufacturer." If your company is a small business manufacturer of the required items please identify as well and provide information as described above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d6245bc49b09f848ce9c25a7c7e4b93d)
 
Place of Performance
Address: US Army Chemical School Fort Leonard Wood Mo., Fort Leonard Wood, Missouri, 65473, United States
Zip Code: 65473
 
Record
SN04840634-W 20180304/180302230922-d6245bc49b09f848ce9c25a7c7e4b93d (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 |
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.