MODIFICATION
99 -- Machining Surge Requirement to Fabricate Mechanical Assemblies and Components for Tobyhanna Army Depot, Tobyhanna, PA 18466
- Notice Date
- 3/19/2018
- Notice Type
- Modification/Amendment
- NAICS
- 332710
— Machine Shops
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA, Pennsylvania, 18466-5100, United States
- ZIP Code
- 18466-5100
- Solicitation Number
- W25G1V-18-R-0017
- Archive Date
- 2/15/2018
- Point of Contact
- Stephanie Coleman, Phone: 5706155043
- E-Mail Address
-
stephanie.m.coleman17.civ@mail.mil
(stephanie.m.coleman17.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Army Contracting Command, APG Division E, Tobyhanna Branch, Tobyhanna, PA 18466, intends to issue a Request for Proposal (RFP) for a multiple award, five (5) year supply Indefinite Delivery Indefinite Quantity (IDIQ). This IDIQ will be a machining surge requirement to fabricate mechanical components and assemblies, in accordance with Government technical drawing packages, for Tobyhanna Army Depot (TYAD), 11 Hap Arnold Boulevard, Tobyhanna PA 18466. The intent is to select up to ten (10) contractors for the multiple award IDIQ pool, providing sufficient qualified contractors present offers. Projects will vary in size, but the order limitation of each delivery order will normally be between $1,500.00 and $5,000,000.00. This IDIQ will have a minimum guarantee of $250. The total dollar value of the IDIQ over the five (5) year period will be $25,000,000. Each individual delivery order will be competed and awarded as a firm fixed-priced delivery order. Therefore, pricing will be established in each delivery order for the individual requirement. Each individual delivery order will specify if the Government intends to provide material for the fabrication, or if the contractor will be required to provide the materials. The contractor will be required to pick-up the materials at TYAD when provided by the Government. The contractor shall be responsible for all transportation and shipping costs to and from TYAD. This shall include securing the load for transportation to and from the government site. The Contractor shall provide all personnel, equipment, facilities, transportation, tools, labor, engineering and supervision to fabricate the identified components and assemblies in accordance with the drawing notes provided in the technical drawing package. Prospective offerors must have a current registration in the Joint Certification Program (JCP). The website is as follows: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Prospective offerors will also be required to sign a Non-Disclosure Agreement (NDA) in order to obtain technical drawing packages. Prospective offerors must be located within a four (4) hour driving distance from Tobyhanna Army Depot to enable expedited pick-up and delivery of materials, as well as inspections when required by TYAD personnel. The requirement for First Article Inspections will be specified in each individual delivery order. The government has the right to waive this requirement at any time during the contract period. All Contractor produced components and assemblies shall be free of material or workmanship defects upon acceptance. The contractor shall provide a manufacturer's warranty for a period of one (1) year from date of final acceptance. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Prototypical Project. As part of the Technical Submittals, prospective offerors shall be required to provide evidence of their firm's capability to satisfy this complete requirement at the prime contractor level, as well as have the machine shop flex capacity capable to support the machining and welding surge requirement to enable the Government to meet delivery schedules. Prospective offerors shall provide evidence of current (NOT expired), ISO 9001:2015 or AS9100D certification, and all current (NOT expired) American Welding Society certifications for their welders at time of proposal submission. In addition, recent and relevant past performance for same or similar requirements performed within the past three years demonstrating successful performance on previous contracts will be required with proposal submitted. This requirement has been designated as a 100% Total Small Business Set-Aside under NAICS Code 332710, size standard 500 employees. This acquisition is being conducted in accordance with FAR Part 15- Contracting by Negotiations. The Solicitation, Request for Proposal (RFP), W25G1V-18-R-0017, will be issued on or about March 30, 2018. Actual issue and due dates will be established in the solicitation. The RFP will be available for download on the Federal Business Opportunities Page. Vendors wishing to obtain an electronic copy may download the RFP on or after the issue date at the following internet address: https://www.fbo.gov/ At Keyword/Solicitation Number, insert W25G1V-18-R-0017 and click Search. Defense Federal Acquisition Regulation Supplement (DFARS) 225.1- Buy American Act-Supplies, applies to this acquisition. DFARS 252.225-7001- Buy American Act and Balance of Payments Program, will be included in the solicitation. The solicitation will be issued electronically only. No paper or disc copies will be issued. It is incumbent upon interested sources to periodically access the internet site through closing to obtain any amendments which may be issued. All amendments must be acknowledged in the proposal submission. All proposals submitted shall require a technical proposal clearly describing the contractor's capability to provide the requirements of the solicitation and the Statement of Work. In order to be eligible for award, all offerors must have a current and active registration in the System for Award Management (SAM) website, https://www.sam.gov and not show any Active Exclusions or have any Debt Subject to Offset. Offerors must be found to be responsible in accordance with FAR Subpart 9.1 - Responsibility of Prospective Contractors. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no proposals are being accepted at this time. All information contained within this Pre-Solicitation Notification is subject to change. This notice does not obligate the Government to award a contract. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below. Point of contact is: Stephanie Coleman, Contract Specialist. Phone: 570-615-5043, E-mail: stephanie.m.coleman17.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cf9ff00ff40d970bad97efaacdfa4ebc)
- Place of Performance
- Address: 11 Hap Arnold Blvd, Tobyhanna, Pennsylvania, 18466, United States
- Zip Code: 18466
- Zip Code: 18466
- Record
- SN04859060-W 20180321/180319231130-cf9ff00ff40d970bad97efaacdfa4ebc (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 |