Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

81 -- Foam Spacer - Attachments

Notice Date
3/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326150 — Urethane and Other Foam Product (except Polystyrene) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-17-T-FOAM
 
Archive Date
4/4/2017
 
Point of Contact
Phillip J. Kantor, Phone: 3097821035, Cindy K. Wagoner, Phone: 3097820182
 
E-Mail Address
phillip.j.kantor.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(phillip.j.kantor.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 002 Attachment 001b Attachment 001a 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-17-T-FOAM. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94. This acquisition is set-aside 100% for Small Business. The NAICS code for this procurement is 326150; the small business size standard is 750 employees. DESCRIPTION OF REQUIREMENT This solicitation is issued for Foam Spacers The Contract Line Item Number (CLIN) Structure is defined as follows: CLIN 0001, Spacer, Foam 5" DIAX.75THK F/Grenade Tube QUANTITY: 300,000 DESCRIPTION: Polyethelene Foam Spacer, 5" Diameter plus or minus 1/8", 3/4" Thickness plus or minus 1/16". See photos at Attachment 001 Must be in conformance with CID A-A-59136 (28 Oct 1997), Class 1, with exemption (can be skived), Grade A (White), Type 1. CID A-A-59136 is at Attachment 002. DELIVERY DATE: 120 days after contract award. Partial and/or early deliveries are acceptable. VARIATION IN QUANTITY: A Variation in Quantity of 10% over/0% under applies. See FAR Clause 52.211-16 within this solicitation. PACKAGING: Packaging shall be in accordance with ASTM-D-3951 (Commercial Packaging). The Quantity Unit Package (QUP) shall be at least 100, but not more than 1000 each. Each QUP shall be labelled as follows: To: Crane Army Ammunition Activity From: Contractor Name, Address, and CAGE Stock/Part Number: 9829-SPACER: 4V7J9 Item Description: Spacer, Foam 5" DIA X 0.75 THK Contract Number: Line Item Number: Lot Number: Quantity: Date and Shipment Number: (example: box 1 of 26) DELIVERY: Delivery is FOB Destination to: Crane Army Ammunition Activity 300 HWY 361 Bldg 148 Crane, Indiana 47522 INSPECTION/ACCEPTANCE: At Destination by Government TYPE OF ACQUISITION AND CONTRACT This acquisition is set aside 100% for Small Business. A Firm Fixed price Award will be placed. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. SCHEDULE and LOCATION The Delivery Date for CLIN 0001 is 120 days after date of award. Partial and/or early deliveries are acceptable. Delivery is FOB Destination to Crane Army Ammunition Activity, 300 Highway 361, Crane, Indiana 47522-5001. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION Contractors must be registered in the System for Award Management (SAM) in order to receive an award from DoD. The SAM website is https://www.sam.gov QUOTE SUBMISSION REQUIREMENTS The following shall be submitted in response to this solicitation: (1) Quote (Offered Price). a. The quote shall provide prices for the following (definitions are provided under the heading "Description of Requirement": CLIN 0001 b. In addition to prices, the Quote shall include: Company Name, CAGE Code, and Point of Contact (Name/Title/Phone Number/Email Address) BASIS FOR AWARD Award will be made to the offeror who provides the lowest Price, who is deemed responsible, and who complies with the solicitation requirements. The Government intends to make an award without discussions. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. Award will be made on a Firm Fixed Price basis. CLAUSES The following Federal Acquisition Regulation (FAR) commercial clauses apply to this solicitation (clauses may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance 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 optional clauses apply: 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 52.219-6, Notice of Small Business Set Aside 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 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combatting Trafficking in Persons 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-System for Award Management End of FAR 52.212-5 Optional Clauses FAR 52.233-1, Disputes FAR 52.246-2, Inspection of Supplies - Fixed Price FAR 52.247-34, FOB Destination FAR 52.247-48, FOB Destination-Evidence of Shipment FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.211-16 Variation in Quantity (full text) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: ___10_____ Percent increase ___0______ Percent decrease This increase or decrease shall apply to ___CLIN 0001______. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic DFARS 252.225-7002, Qualifying Country Sources As Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items Local Clause 52.0046-4001, Crane Army Ammunition Activity Delivery Instruction CAAA receiving hours are 0700 - 1430 BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK); Mon - Thurs; appointments will be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)854-2199 or (812)854-2339, 48 hours prior to delivery for appointment. Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away. Crane Army Ammunition Activity 300 Highway 361 Crane, IN 47522 Local Clause 52.0000-4834 (May 2014), AMC-Level Protest Program (full text) 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 General Accounting 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. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax number (256) 450-8840 Or E-mail: usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel to obtain the AMC-Level Protest Procedures. DEADLINE FOR QUOTE SUBMISSION Offers are due on Monday, 20 March 2017, not later than 3:30 p.m. Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist Phillip.j.kantor.civ@mail.mil and the Contracting Officer cindy.k.wagoner.civ@mail.mil Offerors should include "Response to W52P1J-17-T-FOAM" within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and the Contracting Officer. **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/6fe2ea214158e5ed30a5292f8d13dcd4)
 
Record
SN04424544-W 20170308/170306234809-6fe2ea214158e5ed30a5292f8d13dcd4 (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.