Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
MODIFICATION

81 -- 348 Ammunition Boxes for Shipment of Charges - Revised N0017418Q0005

Notice Date
12/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
321920 — Wood Container and Pallet Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N0017418Q0005
 
Point of Contact
Marjorie E. Frazier, Phone: 3017446926
 
E-Mail Address
marjorie.frazier@navy.mil
(marjorie.frazier@navy.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. The solicitation number for this procurement is N00174-18-Q-0005 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-96.This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price contract. The award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 321920. The SB size standard for this code is 500 employees. CLIN 0001 - Quantity: 348 each 60 LB Shock Test Shipping Boxes 24" x 14" x 1 See Statement of Work CLIN 0002 - Quantity: 1380 each Screw, Wood See Statement of Work Drawings will be provided upon request: 2113654 REV C 2128453 REV R Statement of Work: Ammunition Box Contract 1. PROJECT TITLE: Ammunition boxes needed for 60 LB Shock Test Charge Production 2. BACKGROUND : The 60 lb shock test charge is a test charge used to verify the ability of shipboard installations, such as shipboard machinery, equipment, systems, and structures, to withstand shock loading, which may be incurred during wartime service due to the effects of conventional weapons. The ammunition boxes are required for final package and assembly of the shock test charges in accordance with Drawing Number 2128453, cage code 10001. 3. SCOPE : NSWC IHEODTD has been tasked by the U.S. Army Joint Munitions Command (JMC) to produce 60 lb Shock Test Charge (STCs). The charges are NALC XW65, NSN 1375-01-508-0772. The effort includes assembling and packing the charges in 11.65" x 11.65" x 21.99" Ammunition Boxes in accordance with MIL-DTL-2427, Type II, Class 2, Grade B. 4. APPLICABLE DOCUMENTS : GOVERNMENT DRAWINGS Revision 2128453 (Items No. 1 and 7) Packing (For One 60 lb Shock Test Charge With Booster) R COMMERCIAL ITEMS Revision MS35492 Screw, Wood, Flat Head, Cross-Recessed, Steel and Brass E MS35493 Screw, Wood, Round Head, Cross-Recessed, Steel and Brass E MS35494 Screw, Wood, Flat Head, Slotted, Steel and Brass E MS35495 Screw, Wood, Round Head, Slotted, Steel and Brass D OTHER Revision ALSC PS 20 American Softwood Lumber Standard 10 CFR 49 Code of Federal Regulations, Title 49, Transportation 15 DOD 4140.65-M Issue, Use, and Disposal of Wood Packaging Material (WPM) 12 MIL-DTL-2427 Box, Ammunition Packing: Wood, Nailed J ISPM-15 Regulation of Wood-Packaging Material 5. PERFORMANCE REQUIREMENTS : •· Task 1 - Heat Treatment of Wood Products All non-manufactured wood used in packaging shall be heat treated IAW ISPM-15. The box shall be heat treated IAW with applicable box specification. •· Task 2 - Performance Oriented Packaging (POP) POP marking test report shall be approved and in accordance with specific NSN packing and marking drawing. The ammunition boxes must be tested by a government approved POP test laboratory for compliance with POP requirements in accordance with Title 49 Code of Federal Regulation. •· Task 3 - Preservation Treatment of Wood Products The box shall be in accordance with specified wood box requirements for the NSN being packed and palletized. •· Task 4 - Box Marking Certification Ammunition boxes must be stamped/marked for certification in accordance with specific NSN packing and marking drawing. •· Task 5 - Lead Time The lead time from when the box contract is awarded to when they are delivered to Indian Head must be less than 2 months. •· Task 6 - Hardware •· Each ammunition box must include a total of 3 steel, 0.164" x 1.50" long wood screws per box in accordance with Item No. 1 of Drawing 2128453, MS35492, MS35493, MS35494, or MS35495. •· Task 7 - Certificate of Conformance A CoC must be provided with the ammunition boxes upon delivery. 6. DELIVERABLES AND DELIVERY SCHEDULE : 348 Ammunition Boxes must be delivered no later than 22 January 2018 to Indian Head, Maryland. This is approximately 42 calendar days after contract award. 7. GOVERNMENT-FURNISHED EQUIPMENT AND INFORMATION (GFE/GFI): No Government-furnished equipment to be provided to the contractor. 8. PLACE OF PERFORMANCE: Design and fabrication of ammunition boxes will be performed at contractor site. 9. PERIOD OF PERFORMANCE : The boxes are needed 42 calendar days after contract award. 10. SECURITY : UNCLASSIFIED 11. DoN Contractor Manpower Reporting Application (CMRA) : N/A All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.211-6, Brand Name or Equal applies to this acquisition ; FAR 52.219-6 Notice of Total 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, Affirmative Action for Workers with Disabilities ; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS clause 252.204-7012 Safeguarding of Unclassified Controlled Technical Information ; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items; DFARS 252.213-7000 Supplemental Cost Principles; DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Points of contact: Contract Specialist/Administrator: Marjorie Frazier, Telephone: (301) 744-6926, Fax: FAX: 301-744-6632 E-Mail: marjorie.frazier@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017418Q0005/listing.html)
 
Place of Performance
Address: NSWC IHEODTD, Indian Head MD 20640, Indian Head, Maryland, 20640, United States
Zip Code: 20640
 
Record
SN04758260-W 20171208/171206230904-3445c155884be4449acb88dbd3302c07 (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.