SOLICITATION NOTICE
41 -- W91ZLK-12-T-0367 24x24x11.5 High Efficiency Particulate
- Notice Date
- 8/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333411
— Air Purification Equipment Manufacturing
- Contracting Office
- ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-12-T-0367
- Response Due
- 8/31/2012
- Archive Date
- 10/30/2012
- Point of Contact
- Chanel D. Williams, 410-278-0771
- E-Mail Address
-
ACC-APG - Installation Division
(chanel.d.williams@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. W91ZLK-12-T-0367 This is requirement is being procured in accordance with FAR Part 12.6. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation in accordance with FAR Part 13.105. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-60. This requirement is a total set aside for small businesses. The Associated North America Industry Classification Code (NAICS) 333411 and the Business Size Standard is 500. The Government contemplates award of a Firm-Fixed Price Contract for a High Efficiency Particulate Filters for the Edgewood Chemical Biological Center Located on Aberdeen Proving Ground, MD 21010. REQUIREMENT: 266 each (ea) 24x24x11.5 High Efficiency Particulate 1.Purpose: The purpose of the following information is to provide guidance on the Government specifications on the required HEPA filters construction. It is intended that these filters should be readily available in the commercial market. 2.Applicable Documents: a.IEST-RP-CC001.5 b.MIL-STD-282 c.IEST-RP-CC034 d.ASHRAE 52.2-2007 3.Government Requirements: The Government requires HEPA and Pre filters. The HEPA filters shall be constructed in accordance with IEST-RP-CC001.5 Filter lots shall have no greater than a 5% failure rate. Each filter shall be tested in accordance with IEST-RP-CC034: "HEPA and ULPA Filter Leak Test" The efficiency of the HEPA filters will be 99.99% with a leak rate of 0.3 m. 4.Testing: a.A 5% sample of the lot shall be subject to testing and paid for by the awarding contractor. The contractor must have a TSA set up so that testing by the government agency can take place. b.Testing is non destructive so filters can be used afterwards and can be included as part of the total shipment of the contract. c.If by chance filters tested do not meet the requirements they can be rejected and replaced at no extra cost to the government. a.The quantity of HEPA filters for lot acceptance shall be 5% (rounded down) of the total amount of filters being purchased. (i.e., 8 filters equal 8 filters of which 1 of those filters would undergo testing. 60 filters equal 60 filters, of which 6 of those filters would undergo testing. 69 filters equal 69 filters of which 6 of the 69 would undergo testing etc.) d.The group performing the testing is as follows: 5.Requirements: a.HEPA Filters I.Air Flow requirement: 1.Filter shall flow 2400CFM at 1 in. w.g. II.Filter Type: 1.Shall be of type C filter with a leak rate of 0.3 m III.Construction Grade shall be: 1. Grade 2 (UL586) IV.Filter Media: 1.100% Micro-glass fibers or synthetic material. 2.Waterproofed to withstand 99% Relative Humidity. 3.Material shall not contain any Asbestos. 4.Media shall be sealed to all sides of the housing with a flexible urethane sealant. V.Frame material: 1.16 gauge 304 Stainless steel fully sealed uniform construction on exterior frame. 2.Frame shall be of sufficient rigidity as to not twist when locked into position. 3.Exterior frame shall not exceed specified dimensions 4.Exterior frame shall be flat on all sides so that it will sit evenly with all the filters when loaded. EG "no headers" VI.Gasket: 1.Shall be of closed cell neoprene glue on dovetailed gasket installed on the intake face of the filter. VII.Sealants: 1.Shall be flexible fire retardant urethane. VIII.Separators: 1.Filters shall be designed to use a separator-less style configuration or with separators not constructed from metal. IX.Design: 1.Filter design shall be in a configuration to allow the minimum amount of Differential pressure at higher air flow rates or equivalent. 2.The medium shall be of Minipleat style and sealed to all sides of the frame with a flexible urethane sealant. 3.No filter protective grids. 4.Size is 24" H x 24" W x 11.5" D 5.Filter shall be marked with direction of Air flow on all sides. The Government reserves the right to request a testing sample of proposed filters prior to award. ALL Priced items to include integration and installation shall be firm fixed priced and structured as follows: Example: CLIN 0001 Item Description: ____ Qty: ____ Unit Price: ____ Total Price: ____ NOTES to Offerors: Offers shall note the lead time or approximate for all supplies and services required to complete the requirement within the firm fixed price proposal. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporation 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.222-3, Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.239-1, Privacy or Security Safeguards 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-2 Inspection of Supplies-Fixed Price 52.252-1 Solicitation Provisions Incorporated by Reference: 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/clauses listed above and below may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 252.212-7000 Offeror Representations and Certifications-Commercial Items 252-211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil ALL QUESTIONS MUST BE SUMBITTED no later than August 27, 2012 at 10:00 AM EST. ALL Firm Fixed Priced Proposals (FFP) must be signed, dated and received by 4:00 PM EST August 31, 2012 via fax at 410-278-2407, email to chanel.d.williams.civ@mail.mil (preferred) or via mail to: US Army Contracting Command, Aberdeen Proving Ground, Installation Contracting Division, Attention: CCRD-AI-IC (Chanel D. Williams) 4118 Susquehanna Avenue Aberdeen Proving Ground, MD, 21005-3013 All proposals from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. ***NOTE ALL VENDORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) AS OF JULY 30TH, 2012. THIS SYSTEM HAS REPLACED CCR/FedReg, ORCA, and EPLS. REFERENCE https://www.sam.gov/portal/public/SAM/ for additional information*** For questions concerning this Request for Proposal contact Ms. Chanel D. Williams, via email at chanel.d.williams.civ@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fb84d52b560da7a9a4b1924ac707a9be)
- Place of Performance
- Address: ACC-APG - Installation Division Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02848607-W 20120823/120822000351-fb84d52b560da7a9a4b1924ac707a9be (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 |