Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

99 -- Mass Equivalent Assemblies - W15QKN17Q0068 DOCS

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-17-Q-0068
 
Archive Date
5/27/2017
 
Point of Contact
William Tenz,
 
E-Mail Address
william.d.tenz.civ@mail.mil
(william.d.tenz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DD1350 Export Control DD2345 Militarily Critical Data ACCNJ Local Clauses W15QKN-17-Q-0068 Evaluation Criteria - Mass Equivalent Assemblies Call Order SOW Mass Equivalent Assemblies Call Order Revised Statement of Work - Manufacturing Services/Supplies 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; quotes are being requested and a written solicitation will not be issued. Solicitation W15QKN-17-Q-0068 is issued as a Request for Quote (RFQ) and the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This notice is set aside 100% for small business, and the applicable NAICS is 332710, with a small business size standard of 500 employees. The Government contemplates the following: 1. The Government intends to issue a modification to existing Blanket Purchase Agreements to change the scope of work from "Manufacturing Services" to "Manufacturing Services and Supplies" in support of prototype production hardware. See attached Revised Statement of Work - Manufacturing Services/Supplies. Firms interested in entering into a Blanket Purchase Agreement (BPA) with the U.S. Army Contracting Command - New Jersey may submit their capabilities (brochures, technical papers, etc.) in the area of prototype production hardware delineated in the attached Statement of Work - Manufacturing Services/Supplies. In order to receive consideration for a BPA award, interested firms shall demonstrate their ability to provide prototyping manufacturing services and produce various prototype hardware supplies utilizing the following manufacturing processes: 1. 3, 4, or 5 Axis Computer Numeric Control (CNC) Milling of Metallic and Non-Metallic materials. 2. CNC turning. 3. CNC Grinding (Ferrous and/or Non Ferrous). 4. Gun Drilling/Deep Hole Drilling. 5. Laser/Plasma/Oxy Fuel Cutting. 6. Waterjet Cutting. 7. Sheet Metal Bending, Shearing, Stamping and Fabrication. 8. Heavy Plate Bending and Roll Forming. 9. Gas Metal Arc Welding (GMAW), Gas Tungsten Arc Welding (GTAW), and other Arc Welding. 10. Plate and Bar Sawing. 11. Ferrous and/or Non Ferrous Casting 12. Wire EDM, Sinker EDM services 13. Welding Services The Government may enter into one or multiple Blanket Purchase Agreements as a result of this notice. 2. The Government intends to issue one (1) firm fixed price call order under existing Blanket Purchase Agreements for Manufacturing Services and Supplies. The Government requirement under the proposed call order is to fabricate, weigh, inspect, and deliver a quantity of ten (10), each of "Mass Equivalent Assemblies" in accordance with the attached Statement of Work entitled SOW - Mass Equivalent Assemblies Call Order, and applicable contractor drawings B4219273, B4219274, B4219275, and B4219276. Award of the call order will be based on the Lowest Priced Technically acceptable quote in accordance with the attached SOW - Mass Equivalent Assemblies Call Order and Evaluation Criteria - Mass Equivalent Assemblies Call Order. All quoted prices shall be provided as F.O.B. Destination to US Army REDCOM-ARDEC, Bldg. 3150, Prototype Integration Facility, Picatinny Arsenal, NJ 07806-5000. PLEASE NOTE: All referenced drawings contain data or information proprietary to Raytheon Company and is restricted to use only by persons authorized by Raytheon Company in writing to use it. In order to quote on the effort and obtain the drawings, vendors must have written approval (signed Non-Disclosure Agreements) from Raytheon Company. In addition, the drawings are considered critical technical data, restricted to distribution statement D, and contain data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C. Sec. 2751 ET SEQ.) Interested vendors must provide completed and signed DD2345 forms for Militarily Critical Technical Data, and AMSTA AR 1350 forms for export controlled items. Both forms are attached to the solicitation. Instructions for the completion of DD2345 forms can be found at the following web address: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx# The following provisions and clauses apply to award of Blanket Purchase Agreements and the call order: FAR provision 52.212-1, Instructions to Offerors - Commercial. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items is incorporated by reference, or vendors may indicate representations and certifications are current and available via the System for Award Management (SAM) at www.sam.gov. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items is applicable to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the additional FAR clauses cited are applicable to this acquisition: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 42.223-18, 52.232-33, 52.233-3, 52.233-4 and 52.247-34. The following Federal Acquisition Regulation (FAR), Defense FAR Supplement (DFARS), and ACC-NJ local provisions/clauses are applicable and incorporated by reference: 52.204-7, 52.204-13, 52.204-18, 52.243-1, 52.246-2, 52.247-34, 252.203-7000, 252.204-7002, 252.211-7003, 252.225-7002, 252.225-7036, 252.232-7003, 252.232-7006, 252.232-7010, 252.247-7023 Alt III, 52.000-4000, 52.000-4002, 52.224-4001 52.246-4000, 52.246-4001, and 52.247-4000. 52.252-2 - - Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): FAR/DFARS - http://farsite.hill.af.mil/vffara.htm ACC-NJ Local Clauses - See attached ACCNJ Local Clauses W15QKN-17-Q-0068 PDF. All interested firms must be registered in SAM in order to be considered for BPA award and call order award. Also, current firms must update their SAM records annually to maintain an active status. Please visit the SAM website to register and update https://www.sam.gov/portal/public/SAM/. All information is to be submitted via email (10MB limit) at no cost or obligation to the Government; information provided will not be returned. Responses shall include DUNS or Cage Code, name of your firm, address, POC, phone/fax number and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email ONLY, no later than May 8, 2017. Quotes must be received NO LATER THAN May 12, 2017, by 3:00PM EST. Questions and quotes shall be directed to the following point of contact: US Army Contracting Command, Attn. William Tenz, ACC-NJ-JA, Bldg. 09, Picatinny, NJ 07806-5000, e-mail: william.d.tenz.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34756a583a2b3610ed0002bca44c2ae7)
 
Record
SN04486895-W 20170428/170426235907-34756a583a2b3610ed0002bca44c2ae7 (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  © 1994-2020, Loren Data Corp.