Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
MODIFICATION

66 -- W91QEK-12-T-0008-P00002 Explosives Detection Kits

Notice Date
9/10/2012
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Kuwait Contracting Command (PARC SWA, 408th CSB), ATTN: ARCENT-KU-DOC, Camp Arifjan, Kuwait, APO, AE 09366
 
ZIP Code
09366
 
Solicitation Number
W91QEK12T0008
 
Response Due
9/17/2012
 
Archive Date
11/16/2012
 
Point of Contact
Jesse Griffith, 051-208-2851
 
E-Mail Address
Kuwait Contracting Command (PARC SWA, 408th CSB)
(jess.griffith@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment W91QEK-12-T-0008-P00002 is issued to correct the following administrative errors and address questions posed by interested parties: - correct unit and quantity of required test kits to read 1000 boxes (10 kits per box) - Answer the following questions: Question 1. Salient Characteristic #10 says that the test kit must be reliable in such circumstances as "tense jostling." How is tense jostling defined or measured? Question 2. Salient Characteristic #11 says that the test kit should be capable of: a. "operation in 2 steps" - what exactly is meant by 2 steps? For example, does that include opening kit, or breaking ampoules, or collecting samples? It would seem there are several steps required to complete a test b. "identify the chemical precursor within one application." How is 'one application' defined? Answer 1. Tense means that the circumstances are stressful, barely if at all controlled, as in confronting heavily armed hostile personnel, possibly terrorists and/or other criminals, who may be attempting to transport dangerous contraband through rough checkpoints, possibly on the backs of camels and/or mules, while trying to distract local security forces from - or intimidate them out of - successfully discovering the contraband. Jostling means possibly physical bumping by persons, camels, or other pack animals. Answer 2.a. The two steps are (1) uncapping or otherwise opening the test, and (2) touching the manufacturer-prepared test to the potential contraband. Observation of the test results is not one of the maximum of two steps. Opening more than one item and either mixing of any kind or application of more than one item separately to the suspect material are additional steps that add unacceptable complication and difficulty of use. Taking a portion of any suspect item in order to immerse it in a test is an unacceptable approach. Answer 2.b. "One application" or "single application" means that it shall not be necessary to bring two separate test items into physical contact with the material being tested, and it shall not be necessary to touch the test two or more times to the tested material in order to obtain a valid, viewable test result. All quotes received must acknowledge all amendments in order to be considered for contract award. 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. Closing date: 17 Sep 2012 at 9:00AM EST Solicitation Amendment W91QEK-12-T-0008-P00002 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 dated 18 May 2012. This procurement is solicited as no set aside under NAICS code is 334516 with a size standard of 500 employees. CLIN 0001 - IDEX Ultra 246 - 1000 boxes (10 kits per box) IDEX Ultra 246 Salient Characteristics 1. Size: These items are to be handheld and easily portable 2. Precursor ID: Ammonium (AN), Chlorates (CHL), and Nitrates (NIT ) 3. Reliability: Ability to identify non-HME fertilizers 4. Survivablility: Shelf life of at least 2 years 5. Accuracy: Detection/Identification range of 400 nanograms (400ng) or less 6. Kits contain no electronics 7. Each kit is completely disposable 8. Each kit includes a label for later lab analysis 9. Easy operation: Operator training can be completed in 15 minutes or less 10. Method of application must preclude to a reliable certainty any contamination of the test, in rough outdoor terrain, in an environment in which the test may be conducted in tense jostling, often in severe weather conditions including heavy precipitation. 11. Test kits should be simple in operation, effective operation should be in 2 steps or less, and should expediently identify the chemical precursor within one application. Results should be easily recognizable and discernible. Please see LOCAL INFORMATION for delivery location. Delivery is FOB Destination, 30 days ARO. This is a brand name or equal requirement. Basis for award is the vendor offering the lowest evaluated price for items conforming to the characteristics specified for the required items. This solicitation 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/these address(es): http://farsite.hill.af.mil/ OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and willing to register in Wide Area Work Flow. All vendors must have a current Central Contractor Registration (CCR). Offerors may access the Internet site at: http://www.ccr.gov to register and/or obtain information about the CCR program. Online Representations and Certifications can be submitted at: https://orca.bpn.gov/ Quotes are due no later than 12:00 p.m. Eastern Standard Time on 17 September 2012. Quotes shall be submitted via e-mail to jessie.griffith@ibab.afcent.af.mil. All quotes shall reference solicitation number W91QEK-12-T-0008 in the subject line. The point of contact for this solicitation is Jess Griffith, Contracting Officer; phone 011-92-51-208-2851 (collect calls will not be accepted). Inquiries will be addressed by email only. The following Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses and provisions are applicable and are incorporated by reference: LOCAL INFORMATION Shipment is to go to the following address: USAFCENT KSPAN Attn: Robert Kennedy 846 Dryden Way Bldg. 1918 SHAW AFB, SC 29152 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price technically acceptable. The following factors shall be used to evaluate offers: (i) Technical Acceptablility: conformance to the required salient characteristics; the contractor will provide descriptive literature if offering an "or equal" product. (ii) Price CLAUSES INCORPORATED BY REFERENCE 52.204-7, 52.212-1, 52.212-4, 52.232-8, 52.232-11, 52.247-34, 25.203-7002, 252.209-7004, 252.232-7010, 252.243-7001 52.209-7 - Information Regarding Responsibility Matters. 52.211-6 - Brand Name of Equal 52.212-2 -- Evaluation -- Commercial Items. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items Alternate I (Apr 2011) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.233-3 -- Protest After Award. 52.252-1 -- Solicitation Provisions Incorporated by Reference. 52.252-2 -- Clauses Incorporated by Reference. 252.204-7008 Export-Controlled 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1a18bf4415b2761e6752b5d971fa763f)
 
Place of Performance
Address: USAFCENT KSPAN 846 Dryden Way Bldg 1918 Shaw Air Force Base SC
Zip Code: 29152
 
Record
SN02874729-W 20120912/120910235428-1a18bf4415b2761e6752b5d971fa763f (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.