Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2024 SAM #8230
SOURCES SOUGHT

N -- SOURCES SOUGHT SPECIAL NOTICE FOR MIL-SPEC SYNTHETIC FLOURINE-FREE FOAM FOR H21 SF3 (AFFF REPLACEMENT ACTIVITIES) AT JONIT BASE ANDREWS, MD

Notice Date
6/7/2024 11:47:02 AM
 
Notice Type
Sources Sought
 
NAICS
922160 — Fire Protection
 
Contracting Office
NAVFACSYSCOM WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
N4008024R2232-1
 
Response Due
6/12/2024 11:00:00 AM
 
Archive Date
06/27/2024
 
Point of Contact
Molly Lawson, Phone: 2027165845
 
E-Mail Address
molly.e.lawson.civ@us.navy.mil
(molly.e.lawson.civ@us.navy.mil)
 
Description
SOURCES SOUGHT SPECIAL NOTICE FOR� MIL-SPEC SYNTHETIC FLOURINE-FREE FOAM FOR H21 SF3 (AFFF REPLACEMENT ACTIVITIES) AT JONIT BASE ANDREWS, MD� Notice Type: SOURCES SOUGHT � Date:� 7 JUNE 2024 � Response Date: 12, JUNE 2024 AT 14:00 EST � Classification Code: 922160� _______________________________________________________________________� THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� This SSN is in support of market research and procurement planning being conducted by the Naval Facilities Engineering Systems Command (NAVFAC), Washington, DC. This announcement is not a formal Request for Quotes (RFQ). This SSN is for informational and planning purposes only and does not guarantee that an award will be made. Any quotes submitted in response to this SSN/RFI are not quotes on which an order will be issued.� The Government assumes NO financial responsibility for any costs incurred. A solicitation package is not available at this time. However, should such a requirement materialize, no basis for claims against NAVFAC WASH shall arise as a result of a response to this SSN/RFI or NAVFAC WASH�s use of such information either as part of our evaluation process or in developing specifications or work statements for any subsequent requirement.� LOCATION: Contracting Office Address: 1314 Harwood Street, SE Bldg. 212 Washington Navy Yard, DC 20374-5018� OBJECTIVE: The intent of this SSN is to gauge industry interest and search for potential sources capable of fulfilling a requirement for a MIL-SPEC (MIL-PRF-32725) Synthetic Fluorine-Free Foam (SFFF or 3F) concentrate that is listed by a nationally recognized test lab for firefighting use in fixed fire suppression system in facilities. *Note: Product must be nationally recognized on the Qualified Product List for use in facilities, and not fire trucks.�� The SSN also intends to improve small business access to acquisition information, determine set-aside possibilities for qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses and enhance competition by identifying contracting and subcontracting opportunities.� The draft of the minimum technical requirements, for the effort, are in the attached specifications.� � NAVFAC WASH is currently in the planning stages for this procurement and may continue to modify the language within the requirement, as necessary. These specifications do not necessarily represent the final specifications.� � A determination by the Government to not compete this requirement, for the specific items listed below, based on the responses to this notice is solely within the discretion of the Government. Reference FAR 6.302-1(c), ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements - Application for brand name descriptions.""� REQUIRED CONTRACTOR RESPONSE FORMAT:� Interested parties, at a minimum, shall supply all of the below required information in a Capability Statement. The Capabilities Statement Package shall not exceed 5 pages and shall ONLY be submitted electronically to Molly Lawson at molly.e.lawson.civ@us.navy.mil and MUST be limited to a 4MB attachment. You are encouraged to request a read receipt or acknowledgement via reply email.� RESPONSES ARE DUE NO LATER THAN WEDNESDAY 12, JUNE 2024 AT 14:00 PM LOCAL TIME. LATE RESPONSES WILL NOT BE CONSIDERED.� 1. CONTACT INFORMATION:� a) Company Name and Address� b) Point of Contact for questions/clarification� c) Telephone Number and e-mail address� d) EUI Number, CAGE Code� e) NAICS and PSC Code of the proposed solution (SEE https://psctool.us) (NOTE: If proposing or recommending alternate NAICS and or alternate PSC code, please provide justification)� f) Business Size Standard /Socioeconomic Categories� 2. TECHNICAL INFORMATION:� a) Provide a capability narrative relevant to the attached specifications.� b) Provide a description of how the proposed product(s) / solution will meet or exceed each of the specifications, as it is anticipated that ultimate evaluation will be best values and a go/no go basis.� c) Provide a product brochure or product literature and highlight the areas, in the brochure or product literature, that meet or exceed specifications.� d) Provide place of manufacture� 3. COMMERCIALITY OF PROPOSED ITEM:� a) Whether item(s) offered/proposed is a commercial item and customarily used by the general public or nongovernment entities for the other than Government purposes.� b) Whether the item has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item.� 4. QUESTIONS / COMMENTS:� Questions for the Technical team regarding the desired product (Questions will not receive a response but will be provided to the technical team for consideration in preparing the final specification).� 5. PAST PERFORMANCE:� A list of contracts or task orders that have utilized MIL-SPEC (MIL-PRF-32725) Synthetic Fluorine-Free Foam (SFFF or 3F) concentrate.� 6. MULTIPLE AWARD SCHEUDLE CONTRACT:� a) Indicate whether products and services are all available on a GSA contract, or similar vehicle.� b) Provide applicable GSA or other contract number.� 7. ADDITIONAL REQUIREMENT DETAILS:� Responses should be no more than 5 pages.� Please do not sent a quotation.� Please do not send general company information or information on products that are not specific to the listed specifications or requirement.� � FAR PROVISION(S):� FAR 52.215-3 -- REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997)� (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.� (b) Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.� (c) This solicitation is issued for the purpose of: market research, information and procurement planning.� (End of Provision)� FAR 52.211-6 -- BRAND NAME OR EQUAL (AUG 1999)� (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 modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications� (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)�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c9cbdc73f4604d5099842b26460c2967/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN07090673-F 20240609/240607230119 (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.