Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOLICITATION NOTICE

34 -- Injection Tooling and Kits - Drawing 80 - Drawing 77 - PWS - Drawing 78 - Drawing 81 - Drawing 79 - Drawing 76

Notice Date
3/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, 8456 Brigade Street, Building E4215, Aberdeen Proving Ground, Maryland, 21010-5401, United States
 
ZIP Code
21010-5401
 
Solicitation Number
W911SR-18-R-0000
 
Archive Date
4/13/2018
 
Point of Contact
Jemel Hogan, Phone: 4104364068
 
E-Mail Address
jemel.m.hogan.civ@mail.mil
(jemel.m.hogan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawing 76 Drawing 79 Drawing 72 Drawing 78 Performance Work Statement Drawing 77 Drawing 80 The US Army Contracting Command-Aberdeen Proving Ground (ACC-APG) Edgewood Division on behalf of the Edgewood Chemical Biological Center (ECBC) is issuing a combined synopsis/solicitation for the purchase of Injection Tooling Kits. The Government intends a single award, Firm Fixed Price contract for Injection tooling kits as identified in the attached Performance Work Statement (PWS). This solicitation is issued on a full and open competition basis and is not set aside for small business. Offerors are required to provide a copy of their representation and certifications as required by FAR clause 52.212-3 and DFARS 252.212-7000. The NAICS code for this solicitation is 333249 and the size standard is 500 employees. Provisions and Clauses 52.202-1 Definitions 52.203-3 Gratuities 2.203-5 Covenant Against Contingent Fees. 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-7 Anti-Kickback Procedures 52.203-13 Contractor Code of Business Ethics and Conduct 52.204-7 System for Awards Management. 52.209-5 Certification Regarding Responsibility Matters 52.209-7 Information Regarding Responsibility Matters 52.211-5 Material Requirements 52.212-1 Instructions to Offerors- Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (the following clauses within this clause apply: 52.203-6 w/ Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.22318, 52.225-13, 52.232 33) 52.215-14 Integrity of Unit Prices 52.216-24 Limitation of Government Liability 52.217-7 Option for Increased Quantity-Separately Priced Line Item. 52.217-9 Option to Extend the Term of the Contract 52.219-9 Small Business Subcontracting Plan 52.233-1 Disputes 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American Act - Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-1 Payments 52.232-25 Prompt Payment 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankruptcy 52.243-1 Changes--Fixed Price 52.244-6 Subcontracts for Commercial Items. 52.247-34 F.o.b. Destination 52.249-1 Termination For Convenience of the Government (Fixed Price) (Short Form) 52.249-2 Termination For Convenience of the Government (Fixed Price) 52.249-8 Default (Fixed-Price Supply & Service) 52.252-1-Solicitation Provisions Incorporated by Reference (Feb1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision maybe accessed electronically at this/these address (es): http://farsite.hill.af.mil/vffara.htm 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): http://farsite.hill.af.mil/vffara.htm 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-0001 Line Item specific: Single Funding 252.204-7002 Payment For Subline Items Not Separately Price 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration Alternate A 252.211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items(the following clauses within this clause apply: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7021, 252.227-7015, 252.232 7003, 252.243-7002, 252.247-7023, 252.247-7024) 252.225-7002 Qualifying Country Sources As Subcontractors 252.227-7015 Technical Data-Commercial Items 252.227-7023 Drawings and Other Data to become Property of Government 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, in solicitations and contracts 252.232-7006 Wide Area Workflow Payment Instructions (clause fill-ins to be provided on award) 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) 252-246-7000 Material Inspection and Receiving Report 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) The Defense Priorities and Allocations System (DPAS) rating for this effort is DO-C9. The Government will award a firm fixed price contract type based on the lowest price technically acceptable (LPTA) to the Government. The offeror shall enter firm fixed unit price for the priced materials and labor. The proposal shall provide a breakout of both material and labor price. The award will be made to the offeror on the basis of the lowest evaluated price of proposals meeting the acceptability standards for the specifications in the PWS and the drawings attached. The evaluated price shall be the total price of materials and labor. Vendor shall also submit descriptive literature and pictures of the Injection tooling Kit. If the Injection Tooling Kit fails to meet any one of the specifications or requirement, it shall result in the offeror's proposal being rated unacceptable. The technical evaluation will be a determination based on information furnished by the offeror. The Government is not responsible for locating or securing any information which is not identified in the proposal. Offerors failing to submit prices for either material, labor or fail to provide descriptive literature and pictures shall result in their proposal being considering unacceptable and the Government shall reject the proposal. The Government reserves the right to make an award without discussions. All proposals shall be sent via e-mail to Jemel Hogan at jemel.m.hogan.civ@mail.mil by 1:00 p.m. EST on 29 March 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d3be67984f643d90a7a95feb87ebcdc)
 
Record
SN04854047-W 20180316/180314231205-9d3be67984f643d90a7a95feb87ebcdc (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.