Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2014 FBO #4634
MODIFICATION

10 -- SERVICE TO SANDBLAST, PRIME AND CARC PAINT 4-TUBE SMOKE GRENADE LAUNCHER

Notice Date
7/31/2014
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-14-T-SGL1
 
Response Due
8/5/2014
 
Archive Date
9/29/2014
 
Point of Contact
Megan Kirby, 309-782-3725
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(megan.m.kirby.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. 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-SGL1. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This procurement is a 100% small business (SB) set-aside IAW FAR Subpart 19.5, Set-Asides for Small Business. The NAICS code is 811310; the size standard is $7,500,000.00. DESCRIPTION OF REQUIREMENT This solicitation is issued for SERVICE TO SANDBLAST, PRIME AND CARC PAINT 4-TUBE SMOKE GRENADE LAUNCHER (NSN: 1055-01-070-1213), GREEN CARC, 1 Lot (1 Lot equates to 250 units, 500 pieces), in accordance with the Scope of Work at Attachment 0001. DELIVERY/PLACE OF PERFORMANCE The Place of Performance for the service to sandblast, prime and paint smoke grenade launchers is Pine Bluff Arsenal. Period of performance will be 01 September 2014 to 1 October 2014 QUOTE SUBMISSION REQUIREMENTS Quotes shall be submitted on Attachment 0003, Quote Worksheet. Offerors must also fill-in and return the following clauses with their quote: Attachment 0002, Addendum Item #7, Certification Regarding Responsibility Matters (FAR 52.209-5) Attachment 0002, Addendum Item #8, Place of Performance (FAR 52.215-6) Attachment 0002, Addendum Item #9, Place of Manufacture (FAR 52.247-6) Attachment 0002, Addendum Item #15, Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DFARS 252.209-7993) 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, as well as listed in Attachment 0002, Addendum, Item #1, Evaluation for Award. 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 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 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 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; 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 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 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) of FAR 52.212-5. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Orders. Within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Transportation of Supplies by Sea; and paragraph (c) of DFARS 252.212-7001. Attachment 0002, Addendum, contains additional FAR, DFARS and local clauses that apply to this solicitation. DEADLINE FOR QUOTE SUBMISSION Offers are due on Tuesday, 05 August 2014, 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 megan.m.kirby.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. AMENDMENT 01 ANSWER TO REQUEST FOR A PICTURE OF 4-TUBE SMOKE GRENADE LAUNCHER (NSN: 1055-01-070-1213) 4-TUBE SMOKE GRENADE LAUNCHER (NSN: 1055-01-070-1213) ARE RESTRICTED ITEMS AND PICTURES ARE NOT AVAILABLE FOR DISTRIBUTION. HOWEVER THE DIMENSIONS OF THE 4-TUBE SMOKE GRENADE LAUNCHERS ARE AS FOLLOWS: 9 in. H x 6 in. L x 6.5 in. W (bottom) taper to 12 in. W (top) AMENDMENT 02 QUESTION: IN THE SOLICITATION UNDER DELIVERY/PLACE OF PERFORMANCE IDICATES PINE BLUFF ARSENAL, DOES THAT REQUIRE THE VENDOR PERFORMING THIS SOLICITATION TO BE IN PINE BLUFF ARSENAL FROM SEPTEMBER 2014 THRU DECEMBER 2014? ANSWER: NO, THE SMOKE GRENADE LAUNCHERS CAN BE SHIPPED TO THE VENDORS FACILITY TO COMPLETE THE SERVICE BUT MUST BE RECEIVED IN TIME TO MEET PINE BLUFF ARSENALS SCHEDULE. COMPLETED SMOKE GRENADE LAUNCHERS WOULD REQUIRE DELIVERY TO PINE BLUFF ARSENAL BY END OF SEPTEMBER 2014 AMENDMENT 03 CLARIFICATION: THIS SOLICITATION IS FOR 1 LOT OF 250 UNITS, WHICH EQUALS 500 PIECES THAT REQUIRE PAINTING SERVICES. AMENDMENT 04 Q) What kind of metal the 4-Tube Smoke Grenade Launchers are made of? A) Aluminum, Non-Ferrous Q) Are there any components that need to be masked prior to coating? A) See SOW Q) Do the insides of the tubes need to be coated? A) Absolutely NO paint or any material inside the tubes. See SOW Q) Is there a specific paint and primer spec and color number required? A) There is a spec on the blasting, priming, and painting listed in the SOW. Color is CARC Green. Q) Who is responsible for freight if product requires shipping? A) Include freight cost as part of bid. Each launcher weighs 11.2 lbs. Total weight of 2800 lbs Q) Since the parts are due by the end of September 2014, when would the parts be available for pick-up, and would all 500 pieces be ready at the same time? A) All 500 pieces will be available for pick-up as soon as contract is signed. PLEASE REVIEW ATTACHMENTS AVAILABLE IN THE ADDITIONAL DOCUMENTATION ATTACHMENT 001 - SOW ATTACHMENT 002 - ADDENDUM ATTACHMENT 003 - QUOTE WORKSHEET ATTACHMENT 004 - WAGE DETERMINATION AMENDMENT 05 PERIOD OF PERFORMANCE IS CHANGED TO 1 SEPTEMBER 2014 TO 1 OCTOBER 2014. Q) Will the parts be packaged and ready for shipment by commercial carrier; if so how are they packaged; what are the dimensions of the packages; how may packages; weight of each package? A) Smoke Grenade Launcher require Special Packaging Instructions (SPI). Packaging will be the responsibly of the vendor and included as part of the bid. The SPI for the Smoke Grenade Launchers can be found as ATTACHMENT 05 to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9197f8f2cb3db20c6beefaea6b747d1c)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03444956-W 20140802/140731235539-9197f8f2cb3db20c6beefaea6b747d1c (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.