Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2016 FBO #5325
AWARD

93 -- Roma Plastilina Green/Grey No.1 Clay

Notice Date
6/20/2016
 
Notice Type
Award Notice
 
NAICS
339940 — Office Supplies (except Paper) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-16-T-0076
 
Archive Date
7/5/2016
 
Point of Contact
Samantha Lee Shultz, Phone: 4438614725
 
E-Mail Address
samantha.l.shultz2.civ@mail.mil
(samantha.l.shultz2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W91ZLK-16-P-0142
 
Award Date
6/20/2016
 
Awardee
Contra Threat Sciences, LLP., 14 Heather CT, Elkton, Maryland 21921, United States
 
Award Amount
$244,800.00
 
Line Number
0001, 1001, 2001
 
Description
Award Notice. The below solicitation has been awarded to Contra Threat Sciences, LLP. for a total value of $244,800.00 for a base year and two option years. The combined synopsis/ solicitation number is W91ZLK-16-T-0076-01. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-31. This requirement is a Total Small Business Set Aside for the brand-name only of Roma Plastillic #1 Green/Grey clay. The associated North America Industry Classification System (NAICS) Code is 339940- Office Supplies (except paper) Manufacturing and the Business Size Standard is 750 Employees. This solicitation is a requirement to procure Roma Plastilina #1 Green/Grey clay to execute ballistic impact testing of mission critical body armor components. Despite the NAICS code of 339940, Office Supplies, this is to procure a specialized type of clay which has been lumped in with the NAICS code of office supplies. The sole manufacturer, Chavant, Inc. of this type of clay has confirmed that NAICS 327124 and 327140 are for clay used in construction, and ceramic tile, therefore they are not associated with this unique of clay. The Government contemplates award of a Firm-Fixed Price (FFP) Purchase Order. In accordance with the specifications, using Federal Acquisition Regulation FAR PART 13.5, Test Program for Certain Commercial Items. NOTES to Offerors: Offers shall note the lead time or approximate delivery date for items offered. Example: 30 Days ARO (After Receipt of Order) Acceptance shall be at destination. Shipping shall be FOB Destination to: Aberdeen Test Center (ATC) 358 Michaelsville Rd. Aberdeen Proving Ground (APG), Maryland 21005-5059 Description of the Requirement: Aberdeen Test Center (ATC) is requesting the purchase of the brand-name only of Roma Plastilina #1 Green/Grey clay. The clay will be used to execute ballistic impact testing of mission critical body armor components. The following are the items and the quantities required: CLIN 0001 Roma Plastilina #1 Green/Grey clay; Base Year; Required Quantity: 40 Cases per Month for twelve months for a total of 480 cases for one year Unit Price (per case):__________. Total Amt for one year:_____________. CLIN 1001 Roma Plastilina #1 Green/Grey clay; Option Year One; Required Quantity: 40 Cases per Month for twelve months for a total of 480 cases for one year Unit Price (per case):__________. Total Amt for one year:_____________. CLIN 2001 Roma Plastilina #1 Green/Grey clay; Option Year One; Required Quantity: 40 Cases per Month for twelve months for a total of 480 cases for one year Unit Price (per case):__________. Total Amt for one year:_____________. ******Please see the attached required specifications in order to be considered for contract award (located at bottom of this posting) for further details. *********** The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The Government will award a firm fixed price purchase order based on the lowest price technically acceptable LPTA to the Government. All offered items must meet the specifications of the proposed applicable item or the offer will be rejected as technically unacceptable. A technically acceptable offer is required to fully meet all the specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-2 Buy American Act - Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.246-2 Inspection of Supplies-Fixed Price 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229- 4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations shall be signed, dated and received by 4:00 P.M. Eastern Standard Time (EST) 26 May 2016 via email to Ms. Samantha L. Shultz, samantha.l.shultz2.civ@mail.mil, at the U.S. Army Contracting Command (ACC), Aberdeen Proving Ground (APG), Tenant Division, Attention: CCAP-SCI 6001 Combat Drive, Aberdeen Proving Ground (APG), MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in System For Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by going on via the web to https://www.sam.gov. For questions concerning this Request for Quotation (RFQ), vendors shall contact Ms. Samantha L. Shultz, Contracting Officer, via e-mail at samantha.l.shultz2.civ@mail.mil. Vendors shall provide any/all questions no later than 11 May 2016 by 4:00 PM EST. NO TELEPHONE REQUESTS WILL BE HONORED. This action was posted on 27 April 2016. Primary Point of Contact.: Samantha Lee Shultz, Contracting Officer samantha.l.shultz2.civ@mail.mil Phone: 4438614725 Contracting Office Address: 6001 COMBAT DR ABER PROV GRD, Maryland 21005-1846 United States Place of Contract Performance: 358 Michaelsville Road, ATTN: Bryan Small, DODACC: W81C5M Aberdeen Proving Ground (APG), Maryland 21005 United States Allow Vendors To Add/Remove From Interested Vendors: Yes Allow Vendors To View Interested Vendors List: Yes Recovery and Reinvestment Act Action: No
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e83e7f1f25839f37973a552b20bdd268)
 
Record
SN04155562-W 20160622/160620234629-e83e7f1f25839f37973a552b20bdd268 (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.