Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2020 SAM #6903
SOLICITATION NOTICE

H -- UN Testing of K9 Training Aids

Notice Date
10/21/2020 9:24:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017421Q0003
 
Response Due
11/5/2020 10:00:00 AM
 
Archive Date
12/05/2020
 
Point of Contact
Brandi L. Sorzano, Phone: 3017446908
 
E-Mail Address
brandi.sorzano@navy.mil
(brandi.sorzano@navy.mil)
 
Description
This is a combined synopsis/solicitation for a non-commercial service 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. The solicitation number for this procurement is N00174-21-Q-0003 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the price. The North American Industry Classification System (NAICS) code is 541380. The SB size standard for this code is $16.5 million dollars CLIN0001 � Hazardous Classification Recommendations Per the below Statement of Work CDRL 001- TATP and HMTD-K9 Training Aids per the attached CDRL Form Statement of Work for UN Testing of K9 Training Aids � 1.0 ����� GENERAL The Naval Surface Warfare Center Indian Head Division (NSWC IHD) requires UN series 2 testing be performed on two different K9 training aids in order to properly classify the materials. The training aids include a TATP-based aid and an HMTD-based aid.� 2.0������ SCOPE The Contractor shall: Determine the required volume of each training aid sample necessary to perform the testing outlined in 4a, 4b, and 4c, below. Provide an Interim Hazard Classification or tentative approval to NSWC IHD to facilitate shipment of the required samples from NSWC IHD to the test center. Provide shipping address and POC for the training aid test samples. Perform the following UN Series 2 testing on each training aid: UN 2(a) UN Gap test, 50 mm gap UN 2(b) Koenen test, pass/fail, 2 mm orifice UN 2(c) Time-Pressure test, time to reach 2,070 kPa 30 mS Provide a report to NSWC IHD detailing the test results. Dispose of any training aid material that remains after testing is complete. � 3.0������ REQUIREMENTS � 3.1 ����� Testing: Testing must be performed in accordance with TB 700-2, NAVSEAINST 8020.8C, TO 11A-1-47, Department of Defense Ammunition and Explosives Hazard Classification Procedures, dtd 30 July 2012. 3.2������ Reporting: The report shall be provided in accordance with CDRL 001 � 4.0 ����� PERIOD OF PERFORMANCE The period of performance shall be two months from contract award. � 5.0�������� CONTROLLED UNCLASSIFIED INFORMATION (INCLUDES FOR OFFICIAL USE ONLY INFORMATION) Ref:� (a) DoD Regulation 5200.01-V4, DoD Information Security Program �������� (b) SECNAV M-5510.36, DON Information Security Program Manual Contractor may be required to handle Controlled Unclassified Information (CUI).� There are numerous types of CUI, e.g. documents with limited distribution statements, documents marked as For Official Use Only (FOUO), etc.� The minimum level of protection for all CUI is adherence to FOUO protection standards.� Distribution Statements (DS) and warning labels, such as the Arms Export Control Act Warning, identify additional protection requirements for a given document.� Minimum FOUO protection requirements/controls applicable to the performance of this contract for CUI are listed below.� Additional protection requirements, as marked on a given CUI document, are in addition to the standards listed. 1.� Handling/Storage: Access to FOUO is limited to those needing it to conduct official business for the Department of Defense (DoD).� FOUO information is not classified information, but requires extra precautions to ensure it is not released to the public.� During business hours, reasonable steps shall be taken to minimize risk of access by unauthorized personnel.� After business hours, FOUO information shall be stored in unlocked containers, desks, or cabinets if Government or Government-contracted building security is provided.� If it is not, store in locked desks, file cabinets, bookcases, locked rooms, or similar items. 2.� Transporting/Transmitting/Release/Destruction:� FOUO information shall be transported in a manner that prevents disclosure of the contents.� FOUO information may be sent via USPS first-class mail, parcel post, or � for bulk shipments � 4th class mail.� Electronic transmission of FOUO information (voice, data, or facsimile) shall be by approved secure communications systems.� Transmission via unsecure fax is acceptable if an authorized person is standing by on the receiving end to take custody.� All emails containing FOUO or attachments with FOUO must be digitally signed and encrypted when transmitted within a Navy network or to an approved contractor email address.� Transmission of FOUO (i.e. any CUI) to personal email accounts (e.g. AOL, Yahoo, Hotmail, Comcast, etc.) is strictly prohibited.� FOUO sent out of the contractor�s facility electronically must be encrypted (DoD FIPS 140-2 standard).� FOUO material shall not be released outside the contractor�s facility except to representatives of DoD.� When no longer needed, destroy FOUO by a method that precludes its disclosure to unauthorized individuals. 3.� Markings:�� Unclassified documents (paper or electronic) generated in support of this contract which contain FOUO are to be marked �For Official Use Only� at the bottom on the outside of the front cover (if any), on each page containing FOUO information, and on the outside of the back cover (if any).� Each paragraph containing FOUO information shall be marked as such.� Within a classified document, an individual page with both FOUO and classified information shall be marked at the top and bottom with the highest security classification of information appearing on the page.� Individual paragraphs shall be marked at the appropriate classification level, as well as unclassified or FOUO, as appropriate.� Within a classified document, an individual page that contains FOUO information but no classified information shall be marked �For Official Use Only� at the top and bottom of the page, as well as each paragraph that contains FOUO information.� Other records, such as photographs, films, tapes, or slides, shall be marked �For Official Use Only� or �FOUO� in a manner that ensures that a recipient or viewer is aware of the status of the information therein.� DS on technical documents identify access restrictions.� DS �B� through �D� preclude public release and while not marked as FOUO, are subject to all FOUO protection requirements, including the prohibition on unencrypted transmission over the public Internet.� All items shall be delivered FOB Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.245-1 Government Property. FAR 52.245-9 Use and Charges. AR 52.213-Terms and Conditions-Simplified Acquisition (Other than commercial items. FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; �FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed; 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 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.211-7007 Reporting of Government Furnished Property, DFARS 252.245-7001 Tagging, labeling, and Marking of Government Furnished Property, DFARS 252.245-7002 Reporting Loss of Government Property, DFARS 252.245-7003 Contractor Property Management System Administration, DFARS 252.245-7004 Reporting, Reutilization, and Disposal �DFARS �252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Points of contact: Contract Specialist/Administrator: Brandi Sorzano, Civ, Telephone: (301) 744-6908, Fax: FAX: 301-744-4055 E-Mail: brandi.sorzano@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted not later than 1300 (1:00 p.m.) Easter Standard Time on 5 November 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b912c61776334934a6b433dbb7ec21c2/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN05834348-F 20201023/201021230137 (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.