Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2016 FBO #5418
SOLICITATION NOTICE

13 -- Foreign Ammunition - Provisions and Clauses

Notice Date
9/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0338
 
Archive Date
10/12/2016
 
Point of Contact
Allison S. Murray, Phone: 3013940754
 
E-Mail Address
allison.s.murray.civ@mail.mil
(allison.s.murray.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses (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-0338. This acquisition is issued as a RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-90 (Aug 25 2016). (iv) The associated NAICS code is 332993. The small business size standard is 1,500 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 (Qty) three hundred (300) CTG, 7.62mm X39 AP 43SKE, Each CLIN 0002-Qty one thousand three hundred twenty (1320) CTG, 7.62mm X39 API BZ, Each CLIN 0003-Qty five hundred (500) CTG, 7.62mm x 51mm NATO API PI86, Each CLIN 0004-Qty five hundred twenty (520) CTG, 7.62mm x 54mm API B32, Each CLIN 0005-Qty one thousand forty (1040) CTG, 7.62mm x 54mm API B32, Each CLIN 0006-Qty one (1) Export packaging and shipping OR Shipping for items contained on CLINs 0001-0005 to Aberdeen Providing Ground, Each CLIN 0007-Qty two thousand sixty five (2065) CTG, 12.7mm x 108mm HEI MDZ, Each CLIN 0008-Qty one (1) lot Export packaging and shipping OR Shipping for items contained on CLIN 0007 door to door from Bulgaria to Aberdeen Proving Ground (vi) Description of requirements: The Contractor shall provide the following foreign ammunition shipped in factory-sealed, original containers with original factory markings: 1. Qty three hundred (300) CTG, 7.62mm X39 AP 43SKE 2. Qty one thousand three hundred twenty (1320) CTG, 7.62mm X39 API BZ 3. Qty five hundred (500) CTG, 7.62mm x 51mm NATO API PI86 4. Qty five hundred twenty (520) CTG, 7.62mm x 54mm API B32 5. Qty one thousand forty (1040) CTG, 7.62mm x 54mm API B32 6. Qty one (1) Export packaging and shipping OR Shipping for items contained on lines 1-5 above to Aberdeen Providing Ground, Maryland 7. Qty two thousand sixty five (2065) CTG, 12.7mm x 108mm HEI MDZ 8. Qty one (1) lot Export packaging and shipping OR Shipping for items contained on line 7 door to door from Bulgaria to Aberdeen Proving Ground, Maryland. (vii) Delivery is required by 29 December 2016. Delivery shall be made to Aberdeen Proving Ground, Aberdeen, MD, 21005. Acceptance shall be performed at Aberdeen Proving Ground, Aberdeen, MD, 21005. The 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. Offeror's must have a minimum past performance rating of "Acceptable" to be eligible for award. An "Acceptable" rating means that the Offeror has demonstrated that they have received a favorable review from three sales performed in the past two (2) years for the same or similar products as those required under this solicitation. An "Unacceptable" rating means that the Offeror has not been able to provide at least three records of favorable sales to customers in the past two (2) years for the same or similar products as those required under this solicitation 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. (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) 52.219-28 Post-Award Small Business Program Representation (Jul 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 (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (Jul 2014) 52.222-36, Affirmative Action for Workers with Disabilities (July 2014) 52.222-37 Emplyment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Jul 2014) 52.222-50 Combatting Trafficking in Persons (Mar 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 (May 2014) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Aug 2015) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Sep 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7000 Buy American--Balance of Payments Program Certificate (Jun 2012) 252.225-7001 Buy American and Balance of Payments Program (Dec 2012) 252.225-7020 Trade Agreements Certificate (Jan 2005) 252-225-7021 Trade Agreements (Dec 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (May 2002) (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): Provisions: 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015) Clauses: 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-H.5152.211-4401ALT Receiving Room Requirements - APG ALTERNATE I (JAN 2003) APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999) APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website APG-ADL-G.5152.232-4423 Payment Office (Bankcard - Invoices Required) (SEP 2010); 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.204-0007 Contract-wide: Sequential ACRN Order. (Sep 2009) 252.211-7003 Item Identification and Valuation (Jun 2013) 252.232-7006 Wide Area Workflow Payment Instructions 52.252-2 Clauses Incorporated by Reference (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as C (xv) The following notes apply to this announcement: All quotes must be in US dollars. (xvi) Offers are due on 27 September 2016, by 11:59am Eastern Time, at 2800 Powder Mill Road, Adelphi, MD 20783. (xvii) For information regarding this solicitation, please contact Allison Murray, 301-394-0754, Allison.s.murray.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9076610ef251b475a8f6524fea87ea95)
 
Place of Performance
Address: U.S. Army Research Laboratory, Aberdeen Proving Ground, Aberdeen, MD 21005, Aberdeen, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04282442-W 20160923/160921235729-9076610ef251b475a8f6524fea87ea95 (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.