Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2025 SAM #8515
MODIFICATION

42 -- NSN 4240-01-548-2264, Chemical Biological Hood

Notice Date
3/18/2025 9:44:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
DIR OF SUB DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE8E525Q0097
 
Response Due
4/3/2025 1:00:00 PM
 
Archive Date
04/03/2025
 
Point of Contact
Russell Keiser, Phone: 2157372098
 
E-Mail Address
russell.keiser@dla.mil
(russell.keiser@dla.mil)
 
Description
PR 7009054052 SOL SPE8E525Q0097 NSN 4240-01-548-2264 CLIN 0001 = 1,5000 EA This order may incorporate technical/quality requirements (�R� or �I� number in section B). The full text is in the DLA Technical and Quality Master List of Requirements at: http://www.dla.mil/HQ/Acquisition/Offers/eprocurement.aspx The revision of the TQ Master in effect on the award date controls. This acquisition is being processed under the authority of FAR 13.5, �Test Program for Certain Commercial Items� and therefore will utilize simplified procedures for soliciting competition, evaluation, and award documentation and notification that comply with FAR 13.1. The Government reserves the right to cancel this solicitation. If this should occur, the Government is not liable for any solicitation preparation costs that offers may incur in responding to this solicitation. The Government will make an award, as a result of this solicitation, to the responsible offeror whose offer represents the best value to the Government, price and past performance being considered. The item described in the Purchase Order Text (POT) included with this solicitation are items which the Government has determined to be acceptable. All Offerors must supply the exact product cited in the POT. Exact product means a product described by the name of an approved source and its corresponding part number cited in the item description; and manufactured by, or under the direction of, that approved source. An offeror, other than the approved manufacturing source, must retain evidence and provide the traceability evidence of the identity of the item and its manufacturing source. In accordance with Procurement Note L04, the contracting officer may request evidence of the technical acceptability of the product offered. The evidence must be submitted within 2 days, or as otherwise specified, or the offer will not be considered. At a minimum, evidence must be sufficient to establish the identity of the product and its manufacturing source. The Contracting Officer determines the acceptability and sufficiency of documentation or other evidence, at his or her sole discretion. If an Offeror fails to provide the requested evidence/ information or provides information that the Contracting Officer finds unacceptable, its offer may be rejected without further consideration under this solicitation. See Procurement Note L04 for complete details and acceptable forms of traceability. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM to FAR 52.212-2 - EVALUATION: I. Past Performance Evaluation: a. This procurement will be evaluated under the procedures cited in FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items. The Government anticipates awarding contract(s) resulting from this solicitation to the responsible offeror(s) whose offer, conforming to the solicitation, represents the best value to the Government, price and past performance, to include both delivery and quality, considered. In accordance with the parameters of FAR Subpart 13.5, evaluation will be a comparative assessment of performance risk based on consideration of information available to the government, including but not limited to, Supplier Performance Risk System (SPRS) (formerly Past Performance Information Retrieval Systems (PPIRS)) in accordance with Procurement Note L08, Contracting Officer knowledge of and previous experience with the supplies being acquired, past performance information, both in-house and information provided by the offeror and the evaluated price. The Contracting Officer may consider the volume of business as a measure of confidence and indication of performance risk. II. Pricing Evaluation: a. Each proposal will be evaluated against the requirements of the solicitation. The Government will evaluate cost or pricing data or limited pricing information, if requested with initial proposals or during discussions, in accordance with FAR Subpart 15.4. b. The Government will evaluate the successful offeror�s proposal to determine price reasonableness. Addendum to FAR 52.212-4: ADDITIONAL SOURCES OF PAST PERFORMANCE INFORMATION Supplier Performance Risk System (SPRS) (formerly Performance Information Retrieval System (PPIRS)) applies to this solicitation. Please see Procurement Note L08 for further details. In addition to information obtained from DLA Troop Support�s records, e.g. SPRS, the offeror's performance may be obtained from Federal agencies other than DLA Troop Support, state and local government agencies, contracting officer experience on this contract and other contracts for the same or similar item(s), including current contracts, and any other Government sources having relevant information. The Government will consider the last 3 years of available data when evaluating past performance. Delivery Terms And Evaluation. (a)Quotes/offers in response to this solicitation will be evaluated as specified in the solicitation. (b)Delivery shall be quoted/offered in terms of a number of days after date of order (ADO). The number of delivery days requested in this solicitation is calculated based on the Government�s planned need and customer requirements. Unless delivery is identified elsewhere in the solicitation as an evaluation factor, quoters/offerors are encouraged to conform their delivery terms as closely as possible to the delivery days requested. If delivery is not identified as an evaluation factor, there will be no evaluation preference, or penalty, for quotes/offers of fewer delivery days than the number of delivery days requested by the Government. Quoting/offering a greater number of delivery days than requested may result in the quote/offer not being considered. The following clauses are applicable for awards totaling $750,000 or greater: FAR 52.212-3 Offeror Representations and Certifications FAR 52.219-9 Small Business Subcontracting Plan FAR 52.219-16 Liquidated Damages-Subcontracting Plan DFARS 252.219-7003 Small Business Subcontracting Plan Contractor First Article Test (FAT) Contractor Units: 100 EA Disposition of Contractor FAT Unit: 04 delivered a part of production quantity Government Review Time: 45 days Contractor Submit Test Report: 120 days HOOD,CHEMICAL-BIOLO RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RQ038: Chemical and Biological Defense Equipment First Article Test (FAT), Production Lot Test (PLT), and FAT Waivers RD002, COVERED DEFENSE INFORMATION APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ003: CONFIGURATION CHANGE MANAGEMENT FOR EDGEWOOD FOR CHEMICAL, BIOLOGICAL CENTER MATERIALS - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ032: EXPORT CONTROL OF TECHNICAL DATA This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/Logistics-Operations/Enhanced-Validation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. NOTE: THE CITED DRAWING IS A SOURCE CONTROLLED DRAWING AND AS OF THE DATE OF THIS SOLICITATION ONLY THE SOURCE(S) CITED ON THE DRAWING HAVE BEEN APPROVED. EVEN THOUGH SOURCES AND APPROVED PART NUMBERS ARE PROVIDED, THE ITEMS FURNISHED MUST MEET THE REQUIREMENTS OF THE CITED DRAWING. OFFERORS WHO ARE INTERESTED IN QUALIFYING THEIR PRODUCT FOR PURPOSE OF FUTURE ACQUISITION MUST CONTACT THE COGNIZANT DESIGN ACTIVITY SPECIFIED ON THE SOURCE CONTROLLED DRAWING. ALSO, MAY INCLUDE ADDITIONAL APPROVED SOURCES THAT HAVE NOT BEEN REFLECTED ON THE DRAWING AT THIS TIME. CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. This is an identified Chemical Biological Defense Equipment item. All packaged items of supply shall be marked IAW MIL-STD-129. Military packaging is required. Requirements defining levels of packaging shall be IAW MIL-STD-2073-1. If Special Packaging Instructions (SPI) are provided in the technical data package (TDP), the SPI�s requirements will take precedence over MIL-STD-2073-1 where applicable. For all Chemical Biological Items, the First Article Test (FAT) waiver timeframe is reduced to one (1) year. The use of the Army Combat Capabilities Development Command Chemical Biological Center DEVCOM CBC Form 081 is required for all First Article Test waivers, (note: do not use a DD Form 1694 �Request for Variance (or Waiver)� for a FAT waiver). Include RQ038 in the Material Master for all Chemical Biological Items. This supersedes the three (3) year waiver time frame allowed in Procurement Note H03- Supplemental First Article Testing Requirements. The following Engineering Exceptions shall apply to this procurement: No shelf life markings are required. LOT NUMBERING Other lot numbering applies EA-H-2247 W/AM3 REV.A - Within Specification EA-H-2247A W/AM4, Dated 04 March 2019, paragraph 2.2.2, replace ""71013/2"" with ""5-1-4391-20"". - Within Specification EA-H-2247A W/AM4, Dated 04 March 2019, Government Furnished Property referenced within paragraph 3.6 is already with the contractor, and will not be provided. - Within Specification EA-H-2247A W/AM4, Dated 04 March 2019, page 10, table II, change the following: FROM: ""*Test specimens shall be swatches prepared from one lot of hood material."" TO: ""*Test specimens shall be swatches prepared from one lot of hoods. No more than 1 swatch shall be taken from 1 hood, and each swatch shall contain a seam."" - On SPI P5-1-4391-20, Revision -, Dated 7 NOV 2019, Page 2, Remark E: Use Closure Method 2B7 for intermediate packaging. - On SPI P5-1-4391-20, Revision -, Dated 7 NOV 2019, Page 2, Remark F: Sealing Method B of ASTM D1974 -Use the following information to fill out DD Form 1423: 1. DATA ITEM NO. A001 2. TITLE OF DATA ITEM: First Article Test Report 3. SUBTITLE: 4. AUTHORITY: DI-NDTI-80809B 5. CONTRACT REFERENCE: Section E; Clause 52.209-3 6. REQUIRING OFC: FCDD-CBE-SQI 7. LT 8. APP CODE: 9. DIST. STATEMENT REQUIRED: D 10. FREQUENCY: AS REQ 11. AS OF DATE: 12. DATE OF FIRST SUBMISSION: AS REQ 13. DATE OF SUB: 14. DISTRIBUTION / A. ADDRESSEES B. COPIES DRAFT / 1 FINAL COPY SEE ADDRESS CODE // DISTRIBUTION ADDRESS ATTACHMENT // 15. TOTAL: 1 16. Remarks: *FIRST ARTICLE TEST REPORT SHALL BE SUBMITTED THRU THE QAR. SEE THE CONTRACT CLAUSES PERTAINING TO FIRST ARTICLE TEST REPORTS FOR IN STRUCTIONS REGARDING SUBMISSION AND DISPOSITION REPORTS. SUBMIT ELECTRONICALLY THRU THE QAR TO THE CONTRACT SPECIALIST/PCO. THE CONTRACT SPECIALIST WILL PROVIDE THE REPORT ELECTRONICALLY TO DEVCOM CBC-QA POC. **THE GOVT HAS 30 DAYS AFTER RECEIPT OF FATR FOR APPROVAL/DISAPPROVAL.DE ZQA07 OBJECT TEXT ID ST CRITICAL APPLICATION ITEM AVON PROTECTION SYSTEMS INCORPORATED 1LEW5 P/N 71013/2 IAW BASIC DRAWING NR 81361 5-1-4391 REVISION NR DTD 11/26/2019 PART PIECE NUMBER: IAW REFERENCE STD NR MIL-STD-147E(3) REVISION NR E DTD 09/05/2024 PART PIECE NUMBER: IAW REFERENCE STD NR MIL-STD-810H(1) REVISION NR H DTD 05/18/2022 PART PIECE NUMBER: IAW REFERENCE STD NR MIL-STD-2073-1E(4) NOT 1 REVISION NR E DTD 06/27/2024 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81361 PRF-EA-H-2247A-AM4 REVISION NR DTD 03/04/2019 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81361 5-1-4391-20 REVISION NR DTD 12/02/2024 PART PIECE NUMBER: IAW REFERENCE QAP 14153 SQAP-FAT3 REVISION NR DTD 06/15/2022 PART PIECE NUMBER: IAW REFERENCE QAP 14153 SQAP-PLT3 REVISION NR DTD 06/15/2022 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 81361 5-1-4391-20 REVISION NR DTD 11/26/2019 PART PIECE NUMBER: IAW REFERENCE QAP 14153 SQAP-015482264 REVISION NR DTD 12/07/2024 PART PIECE NUMBER: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:ZZ OPI:A INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZ PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:00 -00 No special marking PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT PLACE A RED X AND THE WORDS ""SHORT BOX"" ON THE FRONT OF ANY BOX THAT HAS A SHORT QUANTITY, THEN PLACE THAT BOX/BOXES WITH THE MARKINGS SHOWING ON THE TOP FRONT OF THE PALLET LOAD.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e9d9bf700551492da6c967e5a7f0ce8f/view)
 
Place of Performance
Address: New Cumberland, PA 17070, USA
Zip Code: 17070
Country: USA
 
Record
SN07375531-F 20250320/250318230046 (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 |
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.