SOLICITATION NOTICE
43 -- Fire Suppression Refill System (FSRS) Tool Load_Q&A
- Notice Date
- 3/7/2024 6:42:51 AM
- Notice Type
- Solicitation
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-24-R-0136
- Response Due
- 3/7/2024 12:00:00 PM
- Archive Date
- 03/22/2024
- Point of Contact
- Barbara Rogowski
- E-Mail Address
-
barbara.rogowski2.civ@army.mil
(barbara.rogowski2.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The following questions have been received, for clarification please see below: Starting on Page 6, there are references below each section to include the following: Inspection and Acceptance INSPECTION: Origin� ACCEPTANCE: Origin Deliveries or Performance FOB POINT: Destination 1. QUESTION for Confirmation � The equipment / FFP Delivery Orders are FOB Origin, correct? Vendor is not responsible for outbound shipment to US ARMY depot or government integration facility at Rock Island Arsenal. The Summary Description on the Sam.gov solicitation page includes �The FSRS Tool Load will be delivered to Joint Manufacturing Technology Center � Rock Island Arsenal.� Please confirm each Delivery Order will be a SHIP IN PLACE upon completions for prompt invoicing purposes in WAWF/IRAPT prior to government managed outbound shipment from vendor kitting facility. The �Delivery Or Performance� note of �FOB POINT: Destination� is the language that is confusing our logistics/contracts team in final review for FSRS submission. If it helps, Page 17 also has this notation: The Government's inspection and acceptance of the supplies offered under this contract/purchase order shall take place at ORIGIN. Offeror must specify below the exact name, address, and CAGE of the facility where supplies to be furnished under this contract/purchase order will be available for inspection/acceptance ANSWER:� FOB POINT is �Destination�, NOT Origin.� FOB Destination means that it is the contractors responsibility to ship the tool loads to the RI. �We have commercial packaging so it is at the contractors discretion. �The Government will not provide containers. �Vendor �IS� responsible for shipment to US Army facility which will be provided in section B of each delivery order: W52H1C US ARMY ROCK ISLAND ARSENAL BLDG 299 GILLESPIE AVE AND BECK LANE ROCK ISLAND, ILLINOIS 61299-5000 ATTENTION:� TONI LORENZEN, 309-782-5196 Each Delivery Order will �NOT� be SHIP IN PLACE.� Invoice cannot be submitted in WAWF/IRAPT until DCMA inspects/accepts and loads the DD250. �2. QUESTIONS for Clarification:� Starting on Page 6, Packaging and Marking section(s), there is a note to �SEE SECTION D.� I cannot locate a �D� within the solicitation document (could be user error). We do confirm the various sections that articulate the labeling, but we cannot locate a clear section that articulate how the ARMY requires each equipment load to be packaged. a. Containers � there is mention within (2) sentences of �containers� � are the USG provided containers used for the outbound shipment as outlined above in question 1? b. Is the purpose of document �EVALUATION OF USE OF EXISTING GOVERNMENT-OWNED PROPERTY� in regard to GFE such as containers outlined above OR is this document included pertaining to something finance related such as SHIP IN PLACE scenario where the USG is holding equipment at a vendor facility for extended period of time? �If neither, please advise the purpose of this document. ANSWER:� As stated in the Solicitation, �IF� there were any specific Packaging and Marking requirements it would be called out in SECTION D PACKAGING.� The solicitation states: LEVEL PRESERVATION: Commercial LEVEL PACKING: Commercial (Best commercial practice).� The purpose of Attachment 0006, is in the event only �IF� Government Furnished Property (GFP) was to be provided, it is for purposes of evaluation only and will not apply as there is no intention of issuing GFP. 3. QUESTION for Clarification: Aside from the generalities provided in the solicitation regarding labeling, I do believe there is a vendor disconnect on the overall Configuration. Outside of Section C.4 which notates overall general configuration requirements, we are not seeing any descriptive narrative or SOW element that articulates how the ARMY wants all components put together for final outbound shipment (which we presume is container based, supplied by USG and paid for by USG). If the assumptions are correct, KTR would fine to cover the finer details in a post award / kick off meeting as notated, but we must ensure outbound freight and container cost is not something we need to factor into the proposal. ANSWER: The Government will �NOT� supply or pay for any containers.��There is �NOT� a specific configuration required for the packaging of the Tool Loads, as directed in the solicitation:� LEVEL PRESERVATION: Commercial LEVEL PACKING: Commercial This solicitation is a small business set aside and will result in a commercial five-year, Firm Fixed Price (FFP) requirements contract, for the FSRS program. The Fire Suppression Refill System (FSRS) is a fully integrated mobile fire suppression bottle refill system. The FSRS consists of commercial Tool Loads; tools, and components to be incorporated in the FSRS, which work together to reduce the threat of large-scale explosions on military ships and ground vehicles. The FSRS provides for safe refilling of fire suppression bottles and systems. The FSRS Tool Load consists of 295 individual types of components, including various types of commercial hardware and equipment.� PdM Engineer, Maintenance and Support Equipment (EMSE) has a requirement to procure�an estimated 70 Tool Loads over the life of the contract.�The FSRS Tool Load will be delivered to Joint Manufacturing Technology Center � Rock Island Arsenal.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6a1aa042ad1c4dcea82f32c5f427506f/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06989595-F 20240309/240307230045 (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 |