Solicitation Amendment 0001- CBRN Filters & Filter Assembly Components
Subject: Solicitation Amendment 0001- CBRN Filters & Filter Assembly ComponentsSolicitation Number: W56HZV-20-R-0006Notice Type: PRESOLNAICS: 322299Notice Published: 02-26-21Response Due: 04-12-21Agency: Department of the ArmyOffice: W4GG HQ US ARMY TACOMContact: Angelo D. Vivio This email address is being protected from spambots. You need JavaScript enabled to view it.Office Address: DETROIT ARSENAL, MI 48397-5000Related Notices:
Click for official SAM (FBO) notice, additional information, and accompanying attachments
***Amendment 0001*** Amendment 0001 extends the proposal due date to 12 APR 2021 and provides supplemental guidance for First Article Testing. Attachment 0001 and 0010 are hereby revised and incorporated for reference. ***See Beta.SAM ID Notice: 20R0006 for Technical Data Packages (TDPs)*** Synopsis Chemical Biological Defense PSID/Collective Protection Group Chemical, Biological, Radiological, or Nuclear (CBRN) Filters and Filter Assembly Components Solicitation,W56HZV-20-R-0006 This synopsis is issued by the Army Contracting Command Detroit Arsenal (ACC-DTA) forthe Competitive, Multiple-Award, Five-Year,Firm-Fixed Price (FFP), Indefinite Delivery-Indefinite Quantity (IDIQ)Request for Proposal (RFP) for the procurement of various CBRN filters and filter assembly components under NAICS Code 322299. There will be no more than two awardees. These CBRN filters and filter assembly components have a DO-A4 Industrial Priority Rating in accordance with (IAW) Federal Acquisition Regulation (FAR) 11.6, Priorities and Allocations. The minimum guaranteed contract dollar value will be approximately $2.98 million and the maximum contract dollar value will be approximately $298 million. The Government will only be required to order the stated minimum guaranteed dollar value. The maximum order dollar value may be achieved through the issuance of a single or combination of delivery orders at any time during the five ordering periods. All mandatory criteria usingLowest Price/Technically Acceptable (LPTA) source selection procedures will be used for this contract action. Section M of the solicitation will describe the evaluation factors, which the Source Selection Authoritywill follow to evaluate proposals to determine the best value to the Government.A pre-award survey performed by DCMA and CCDC CBC Engineering may be utilized in the determination of contractor responsibility. If two awards are made, the amount ordered will be equally divided among the two awardees until the minimum guaranteed dollar value is met. Ifit is in the best interest of the Government, separate items may be awarded to each contractor to meet the minimum guaranteed dollar value for each contract. Each subsequent delivery order will be competed amongst the two contract awardees via Fair Opportunitywith the award for the entire delivery order being made to the contractor with the lowest price not to exceed an offerors established ceiling price for each item per ordering year. If expedited delivery of an item is required, the Government will waive the established ceiling price and award to the low offeror. Prior to full production of these CBRN items, a rigorous First Article Test (FAT) (IAW the testing procedures outlined in the TDP) will be required for each item IAW FAR 52.209-3, First Article Approval Contractor Testing. Full or partial waiver of FAT will be considered on a case-by-case basis, depending on the item being produced and whether that item had been recently produced by that manufacturer with no substantive changes. The Government will provide the contractor(s) a M49 housing as Government Furnished Property (GFP) prior to the FAT which will be used to verify the fit of multiple filters in the housing. The Government will review any GFP that the offeror(s) identifies in its proposal. If necessary and available, authorization for use of Government property required for contract performance will be obtained through the Contracting Officer. The Government will furnish the complete filter-specific TDP to the contractor(s) for each filter type and the Gerber files to manufacture the M59 and M93 GPFU circuit boards. All shipments will be FOB Destination and shipped to Blue Grass Army Depot in Richmond, Kentucky, 40475-5070. The contractor(s) will be responsible for shipment of deliverable items. The Surveillance Criticality Designator (SCD) is "B". The contractor(s) will be authorized to ship early with no quantity restrictions and at no additional cost to the Government. ***See Beta.SAM ID Notice: 20R0006 for Technical Data Packages (TDPs)***