Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2012 FBO #3958
SOLICITATION NOTICE

66 -- W91QEK-12-T-0009 Explosives Test Kits

Notice Date
9/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
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
W91QEK12T0009
 
Response Due
9/28/2012
 
Archive Date
11/27/2012
 
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
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: 28 Sep 2012 at 12:00PM EST Solicitation W91QEK-12-T-0009 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 - Explosives Test Kits, 1000 each Salient Characteristics 1. The size and weight of an individual tester must allow a user to carry and hold it in one hand, for effective and convenient field use. 2. The kits must be able to identify, at a minimum, the following precursor IDs: Ammonium Nitrates (AN), Chlorates (CHL), and Nitrates (NIT). 3. The kit must have the ability to identify non-HME fertilizers, such as Urea or Di-Ammonium Phosphate. 4. The kits must have a shelf life of at least 1 year. 5. The kits must have a detection/identification threshold as low as 400 nanograms (400ng), a lower detection threshold is acceptable. 6. The kits shall contain no electronics. 7. Each kit shall include a label to allow easy written identification of the precursor ID on the test kit. 8. The contractor shall provide an illustrated training card/pamphlet in Urdu with each kit. This card/pamphlet shall educate the operator on how to employ the test kit. 9. Method of application must preclude, to a reliable certainty, any contamination of the test, in rough outdoor terrain, often in severe weather conditions including heavy precipitation. These kits will be utilized at seaports, border crossings, airports and unauthorized points of entry. The unauthorized points of entry are characterized by mountainous and uneven terrain, desert terrain, forests, and large plains. 10. Test kits should be simple in operation. Results shall be easily recognizable, discernible, and achieve a 95% or greater first time identification success rate. 11. Test results shall be available within two (2) minutes or less. Please see LOCAL INFORMATION for delivery location. Delivery is FOB Destination, 30 days ARO. 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 12:00PM Eastern Standard Time on 28 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-0009 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 Acceptability: conformance to the required salient characteristics; the contractor will provide descriptive literature detailing how their product meets the required salient characteristics. (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/0e84bb02ef371300d38ae5c8c76d7048)
 
Place of Performance
Address: Kuwait Contracting Command (PARC SWA, 408th CSB) ATTN: ARCENT-KU-DOC, Camp Arifjan, Kuwait APO AE
Zip Code: 09366
 
Record
SN02895422-W 20120925/120923233645-0e84bb02ef371300d38ae5c8c76d7048 (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.