Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
MODIFICATION

95 -- Rolled Homogeneous Armor plates, MIL-A-12560H, class one (1), Amend number four (#4)

Notice Date
10/15/2015
 
Notice Type
Modification/Amendment
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0007
 
Response Due
10/22/2015
 
Archive Date
12/14/2015
 
Point of Contact
Jessica Camunez, 5756788283
 
E-Mail Address
ACC-APG - Adelphi
(jessica.r.camunez@us.army.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. (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-16-T-0007. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. (iv) This acquisition is set-aside 100 percent for small businesses. The associated NAICS code is 331221. The small business size standard is 1000 Employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - Quantity ten (10) EACH, one half (.5) inch X 96 inch X 144 inch plates, price to include shipping costs. CLIN 0002 - Quantity ten (10) EACH, one (1) inch X 96 inch X 144 inch plates, price to include shipping costs. CLIN 0003 - Quantity six (6), two (2) inch X 96 inch X 144 inch plates, price to include shipping costs. (vi) Description of requirements: The Contractor Shall provide the following quantities and dimensions of Rolled Homogeneous Armor plates, MIL-A-12560H, class one (1), Amend number four (#4): Quantity ten (10), one half (.5) inch X 96 inch X 144 inch plates Quantity ten (10), one (1) inch X 96 inch X 144 inch plates Quantity six (6), two (2) inch X 96 inch X 144 inch plates The preferred method is F.O.B. Destination with shipping charges included in the unit price to US Army Research Laboratory, 321 Colleran Road Aberdeen Proving Ground, MD 21005, no later than 120 days after received order (ARO). (vii) Delivery is required NLT 120 Days ARO. Delivery shall be made to 321 Colleran Road Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground. FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any) (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013), 52.219-6, Notice Of Total Small Business Set-Aside (Nov 2011) 52.219-13, Notice Of Set-Aside Of Orders (Nov 2011) 52.219-28, Post-Award Small Business Program Rerepresentation (July 2013) 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Apr 2015), 52.222-35, Equal Opportunity For Veterans (JUL 2014) 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans (JUL 2014) 52.222-36, Affirmative Action for Workers with Disabilities (July 2014), 52.222-50, Combating Trafficking in Persons (March 2, 2015), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.232-36, Payment by Third Party DFARS: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7005, Representation Relating to Compensation of Former DoD Officials, 252.204-7011, Alternative Line Item Structure, 252.204-7012, Safeguarding of Unclassified Controlled Technical Information, 252.204-7015, Disclosure of Information to Litigation Support Contractors, 252.223-7008, Prohibition of Hexavalent Chromium, 252.225-7001, Buy American and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010, Levies on Contract Payments, 252.244-7000, Subcontracts for Commercial Items, 252.247-7023, Transportation of Supplies by Sea, (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16 --Commercial and Government Entity Code Reporting. 52.204-18 Commercial and Government Entity Code Maintenance.52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.204-0009 Contract-wide: by Fiscal Year. (SEP 2009) 252.204-7003 Control of Government Personnel Work Product (APR 1982) Full Text clauses: 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.211-4401Alt I Receiving Room Requirements- APG Alternate I (JAN 2003) APG-ADL-I.5152.212-4401 DFARS Commercial Acquisition Provisions And Clauses (Mar 2015) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 10/22/2015, by 11:59 AM EST, at __jessica.r.camunez.civ@mail.mil (xvii) For information regarding this solicitation, please contact Jessica Camunez, 575-678-8283, jessica.r.camunez.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/640b8f601c6b1f598bef354f521525d2)
 
Place of Performance
Address: US Army Contracting Command - APG 321 Colleran Road APG MD
Zip Code: 21005
 
Record
SN03922665-W 20151017/151015234549-640b8f601c6b1f598bef354f521525d2 (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.