SOLICITATION NOTICE
41 -- High Efficiency Particulate Air (HEPA) and Pre Filters
- Notice Date
- 8/12/2022 8:12:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Contracting Office
- W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-22-Q-0051
- Response Due
- 9/2/2022 10:00:00 AM
- Archive Date
- 09/17/2022
- Point of Contact
- Tien NGuyen, Rex M. Valdez, Phone: 4438614728
- E-Mail Address
-
tien.q.nguyen.civ@army.mil, rex.m.valdez2.civ@army.mil
(tien.q.nguyen.civ@army.mil, rex.m.valdez2.civ@army.mil)
- Description
- This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2022-07 effective 10 August 2022.� The synopsis/ solicitation number is W91ZLK-22-Q-0051 for the purchase of HEPA Filters and Pre Filters.� This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. This requirement is being solicited unrestricted under the associated North American Industry Classification System (NAICS) Code is 333413, Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing, which has a Business Size Standard of 500 employees. The Government contemplates a single award of a Firm- Fixed-Price (FFP) type contract.� This procurement will be evaluated as Lowest Priced, Technically Acceptable (LPTA). �Technical acceptability will be based on a proposal that meets all the requirements stated in the solicitation and attached Statement of Work (SOW).� Description of Requirements: This solicitation will cover the purchase and delivery of 671 (ea) HEPA and 218 (ea) Pre-filters in support of the U.S. Army DEVCOM-CBC.� For complete details please refer to the attached SOW. Proposals shall be submitted in two (2) separate volumes and a sample of HEPA filter and pre-filter: Volume I:� PRICE Proposal- Please submit detailed price proposal in accordance with the Statement of Work. Volume II: TECHNICAL Proposal- Technical acceptability will be based on a proposal that meets all the requirements stated in the SOW and all submitted sample filters passed government�s testing. Technical proposal shall be rated as Acceptable, or Unacceptable. Acceptable - Proposal clearly meets the minimum requirements of the solicitation. Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation. SAMPLE FILTERS: In addition to the written proposal, offerors shall submit a single �HEPA-24-11.5� filter and a �Pre-24-6.�� �Sample filters shall be rated as Acceptable, or Unacceptable. Acceptable � All sample filters passed the government�s testing. Unacceptable � one or more sample filters did not pass the government�s testing. Offerors that have had their HEPA filters tested and passed by CCDC-CBC�s TREB Office within one year of solicitation date, may submit their test results in Volume II of their Technical Proposal, in place of the sample filters.� Offerors that have delivered pre-filters to CCDC-CBC within one year of the solicitation date, may submit their accepted invoice in Volume II of their Technical Proposal, in place of the sample filter. Proposal Format: Volume I: Detailed Price Proposal The Price Volume shall clearly identify the proposed firm fixed price Unit Price (shipping and cost of lot acceptance testing included) for all line items listed under section 1. Requirement in the SOW. Offeror's cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1 based on competition and other factors. �Pricing information shall be addressed ONLY in the Price Proposal (Volume I) and shall be separated from any technical information being provided. All submissions shall be made in U.S. dollars.� Partial quotes will not be evaluated. Volume II: Technical Proposal: This volume shall be organized into the below sections. Offerors are cautioned that �parroting� of the SOW with a statement of intent to perform does not reflect an understanding of the requirement or indicate the ability to perform the work required in the SOW and will be rated unacceptable.� Technical acceptability will be based on a proposal that meets all the requirements and specifications stated in the Statement of Work and will be evaluated based on the following two (2) factors: Factor 1 � Technical Narrative factor. The Government will evaluate the offeror�s methodology and approach to meeting the specification requirements in the SOW. �To be rated as acceptable, the offeror must demonstrate all of the following items: a. A familiarity with the requirements in the SOW and an understanding to these requirements discussed in this solicitation. b. A detailed description of how the offeror will manufacture the required HEPA filters and pre-filters, to include technical drawings. c. A detailed description of recent contracts where the offeror has produced HEPA filters and pre-filters similar in design and tolerances to the solicitation. d. A detailed description of how the offeror will ensure timely shipping of the required filters. e. If the offeror has had their HEPA filters tested and passed by CCDC-CBC's TREB office within one year of the solicitation date, Volume II of the Technical Proposal shall also include these test results.� If the offeror has delivered pre-filters to CCDC-CBC within one year of the solicitation date, Volume II of the Technical Proposal shall also include a copy of the accepted invoice. Factor 2 � Sample filters. All sample filters shall be shipped and received no later than September 02, 2022 at 1:00 p.m. Eastern Time at the contractor�s cost, to U.S Army Receiving, Attn: John Barczak, 8222 Blackhawk Road, APG-EA, MD 21010 and shall be labeled �Sample for Solicitation W91ZLK-22-Q-0051. �If the offeror is found to be Acceptable under Technical Factor 1, the Government will send their sample HEPA filter to CCDC CBC�s Test, Reliability & Evaluation Branch (TREB) for acceptance testing, which will be conducted in accordance with MIL-PRF-32016A.� Sample Pre-filters will be tested against the dimensional and design constraints outlined in the Filter Requirements in Section B in the SOW. EVALUATION & BASIS FOR AWARD Basis for Award: The Government intends to award one Firm-Fixed Price contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. To receive consideration for award, Contractor shall achieve technically acceptable rating on all technical factors.� The award will be made to the technically acceptable vendor that provides the lowest delivered total price of the units combined of the contract.� Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following: Offers that provide only a statement indicating its capability to comply with the solicitation terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price or unattainable in terms of technical or schedule commitments: or Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions. Award without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award shall be made to an Offeror who has been determined non-responsible by the Contracting Officer. Instructions to Offerors: The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. The contract shall be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposal. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. By submitting a proposal the Contractor agrees to the notations identified in the Statement of Work. All proposals from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online at the website link provided. For questions concerning this solicitation, contact Tien Q. Nguyen, Contract Specialist, via email at tien.q.nguyen.civ@army.mil NLT August 30, 2022 at 1:00 p.m. Eastern Time.� All proposals shall be submitted via email (besides the sample filters) with the subject line: W91ZLK-22-Q-0051 Proposal from (Insert Company Name). All sample filters shall be shipped, at the contractor�s cost, to U.S Army Receiving, Attn: John Barczak, 8222 Blackhawk Road, APG-EA, MD 21010 and shall be labeled �Sample for Solicitation W91ZLK-22-Q-0051.� All sample filters shall be received no later than September 02, 2022 at 1:00 p.m. Eastern Time. The offeror shall include a Company name, Point of contact, Company CAGE code, and AUI. All proposals must be signed, dated, and submitted via email to tien.q.nguyen.civ@army.mil by September 02, 2022 at 1:00 p.m. Eastern Time. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its proposal or offer. In lieu of submitting the full text of those provisions, the offeror may identify the proposal by paragraph identifier and provide the appropriate information with its proposal or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Rep NOV 2015 FAR 52.209-10 � Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-3, Offeror Representations and Certifications - 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 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes. FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes- Fixed Price FAR 52.246-2 -- Inspection of Supplies -- Fixed-Price FAR 52.247-34 F.O.B. Destination DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252-211-7003, Item Identification and Valuation DFARS 252-215-7007, Notice of Intent to Re-solicit DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003� Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea ""EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX Exemption certificate No. 30005004 covers exemption from Maryland Retail sales and Use tax.""
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fe664b490387466c97757364c568d22e/view)
- Place of Performance
- Address: Gunpowder, MD 21010, USA
- Zip Code: 21010
- Country: USA
- Zip Code: 21010
- Record
- SN06425408-F 20220814/220812230123 (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 |