Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2014 FBO #4621
SOLICITATION NOTICE

68 -- Laminac 4116

Notice Date
7/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325110 — Petrochemical Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-14-T-LAMI
 
Response Due
8/22/2014
 
Archive Date
9/21/2014
 
Point of Contact
Lorraine Geren, 309 782-6757
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(lorraine.geren.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-14-T-LAMI. The award will be made in accordance with FAR subpart 13.5, Test Program for Certain Commercial Items. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. The NAICS code for this procurement is 325211; the small business size standard is 750 employees. DESCRIPTION OF REQUIREMENT This solicitation is issued for Laminac 4116, in accordance with Army, Research, Development and Engineering Center (ARDEC) drawing number 9220290 Rev N dated 15 Jun 2014. Only the Brand Name item Laminac 4116 is solicited; other items are not requested and will not be considered. OBTAINMENT OF DRAWING Offerors may obtain ARDEC Drawing number 9220290 Rev N dated 15 Jun 2014 in accordance with procedures outlined within ACC-RI Clause 52.0000-4502, Technical Data Package Information, and Distribution and Destruction of Restricted Technical Data, which is listed as Item # 7 on Attachment 0001, Additional Terms and Conditions. The drawing is considered quote mark Restricted TDP quote mark. TYPE OF CONTRACT The Army Contracting Command-Rock Island (ACC-RI) intends to award an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a five (5) ordering periods. The ordering periods will be as follows: Ordering Period 1: Date of Award - 365 days after date of award Ordering Period 2: 366 days after date of award - 731 days after date of award Ordering Period 3: 732 days after date of award - 1,096 days after date of award Ordering Period 4: 1097 days after date of award - 1,461 days after date of award Ordering Period 5: 1,462 days after date of award - 1,826 days after date of award The Minimum Guaranteed Quantity is 10 drums; the Maximum Contract Quantity over the 5 year period is 75 drums. Additional information concerning orders against the IDIQ contract is contained at Attachment 0001, Additional Terms and Conditions, #9, #10 and #11. Firm Fixed Price delivery orders will be issued against the contract. DELIVERY DATES and LOCATION Delivery is FOB Destination to Crane Army Ammunition Activity, Building 148, 300 Highway 361, Crane Indiana 47522-5001. Delivery dates for the Guaranteed Quantity of 10 drums of Laminac 4116 are as follows: One drum delivered on each of the following dates: 11/13/14; 12/15/14; 01/13/14; 02/12/14; 03/12/14; 04/13/14; 05/13/14; 06/11/14; 07/13/14; and 08/13/14. QUOTE SUBMISSION REQUIREMENTS Quotes shall be submitted on Attachment 0002, Price Evaluation Sheet. Offerors shall input information in all highlighted areas, to include unit prices for all quantity ranges within each Ordering Period. If an offeror fails to propose prices for all pricing periods, the Government may reject that offer as unacceptable. Additionally, offerors must fill-in and return the following clauses with their Quote: Attachment 0001, Additional Terms and Conditions, #13, Place of Manufacture Attachment 0001, Additional Terms and Conditions, #22, Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law - Fiscal Year 2014 Appropriation (DFARS 252.209-7994) EVALUATION FOR AWARD In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. In accordance with FAR 12.602, Streamlined evaluation procedures will be utilized for this procurement. Award will be made to the offeror who provides the lowest Total Evaluated Price, who is deemed responsible, and who is compliant with all the requirements of this solicitation, to include submission requirements listed under quote mark Quote Submission Requirements quote mark above. Total Evaluated Price is calculated as follows: The proposed unit prices for each quantity order range will be multiplied by the weight and the minimum order quantity of the range to determine a weighted price. The evaluated price for each pricing period will be the sum of the weighted prices for all quantity order ranges. The Total Evaluated Price is the sum of the evaluated prices for each ordering period. Award will be made on a Firm Fixed Price basis. CLAUSES The following Federal Acquisition Regulation (FAR) commercial clauses apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hg.af.mil/contracting ): FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-3, Alt I, Offeror Representations and Certifications-Commercial Items Alternate I, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Within FAR 52.212-5, the following clauses apply: FAR 52.222-50, Combating Trafficking in Persons; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 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 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and paragraphs (d) and (e). Attachment 0001, Additional Terms and Conditions, contains additional FAR, DFARS and Local Clauses that apply to this solicitation. DEADLINE FOR QUOTE SUBMISSION Offers are due on Wednesday, 22 August 2012, not later than 3:30 p.m. CDT. Offers shall be submitted in one of the following two ways: (1) Electronically via the 'Start Offer/Bid' Process within the Army Single Face to Industry (AFSI) website; (2) Electronically via email to the Contract Specialist lorraine.geren.civ@mail.mil QUESTIONS Questions shall be submitted in the same manner as Offers; either electronically through the 'Submit a Question' Process within AFSI, or electronically via email to the Contract Specialist. Phone calls will not be accepted. **Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7cbf57ceb08c5f4fe53607ebb055cfa4)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03430453-W 20140720/140718234940-7cbf57ceb08c5f4fe53607ebb055cfa4 (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.