Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOLICITATION NOTICE

93 -- Polyethylene Foam Inserts

Notice Date
12/10/2019 9:03:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326150 — Urethane and Other Foam Product (except Polystyrene) Manufacturing
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-20-T-FIP1
 
Response Due
12/13/2019 9:59:00 AM
 
Archive Date
12/28/2019
 
Point of Contact
MichelleAnn G. Sanchez, Contract Specialist, Phone: 3097825454, Cindy K. Wagoner, Contracting Officer, Phone: 3097820182
 
E-Mail Address
michelleann.g.sanchez.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(michelleann.g.sanchez.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional informational in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issuedThis is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the solicitation number is W52P1J-20-T-FIP1.The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06.The NAICS Code for this procurement is 326150; the size standard is 750 employees. The Federal Service Code is 9390.Offerors must be registered with the System for Award Management (SAM) database in order to receive an award against this Solicitation. The website for SAM is https://www.sam.govDESCRIPTION OF REQUIREMENTThis solicitation is issued for the following:CLIN 0001: Polyethylene Foam Inserts, Production Quantity. Produced in accordance with (IAW) Drawing 8179239 Rev. B.Quantity: 5,200 EachNOTE: This drawing is for Item -2, Insert, Foam ONLY. Item -1, Pad, Foam is not part of this order.The mentioned drawing can be located at https://www.fbo.gov/fedteds/W52P1J20TFIP1.Certified Material Test Report must be provided with each shipment to confirm compliance with Material Specifications. Material to be IAW A-A-59136. The Certified Material Test Report is located at Attachment 001 of this solicitation.Preservation, Packaging, and Packing IAW ASTM D 3951 (Commercial Packaging)TYPE OF ACQUISITON AND CONTRACTThis acquisition is issued as 100% Small Business Set Aside and will be evaluated as price only.DELIVERY AND LOCATIONThe desired delivery dates are as follows:CLIN 0001: Production Quantity6 Weeks after Contract AwardNOTE: Early delivery is acceptable at no additional cost to the GovernmentDelivery shall be F.O.B. Destination to:Crane Army Ammunition Activity300 Highway 361Bldg. 148Crane, IN 47522Crane receiving hours are 0700-1430 Eastern Time, Mon-Thurs BY APPOINTMENT ONLY. This includes Inert and Freight All Kind (FAK). Appointments shall be made via Carrier Appointment System (CAS). Carriers without access to the CAS System shall call 9812) 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.TECHNICAL DATA PACKAGE (TDP)Drawing 8179239 Rev. B is Distribution Level C, authorized to the Department of Defense (DoD) and U.S. DoD contractors ONLY. All firms must be registered in the Joint Certification Program (JCP) in order to access the TDP associated with this solicitation. The address for registration is https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Registration requires completion of the DD Form 2345. Processing time is estimated at 5 working days after receipt. Firms are required to have a current valid Cage Code in order to register. Each individual requiring access to the TDP must have a Federal Business Opportunities (FBO) account.Drawing 8179239 Rev. B is available electronically for download at the following TDP link, for those who are JCP certified. https://www.fbo.gov/fedteds/W52P1J20TFIP1.Access to the drawing is restricted to the data custodian listed on the DD Form 2345. Further dissemination of Restricted TDPs must be in accordance with provisions of DoD Directive 5320.25. This also applies to distribution of the TDP to all SUBCONTRACTORS at every level.Upon competition of the purposes for which the restricted technical data has been provided, the Contractor is required to destroy all documents, including all reproductions, duplications, or copies thereof as may have been further distributed by the Contractor. Destruction of this technical data shall be accomplished by: shredding, pulping, burning, or melting any physical copies of the TSP files from computer drives and electronic devices, and any copies of those files.DEADLINE FOR SUBMISSIONOffers are due November 25th, 2019 no later than 12:00pm Central Time.Offers are to be submitted electronically via email to the Contract Specialist at michelleann.g.sanchez.civ@mail.mil and the Contracting Officer at cindy.k.wagoner.civ@mail.mil. Offerors should include "Response to W52P1J-20-T-FIP1" within the subject line. QUESTIONSQuestions regarding this solicitation shall be submitted the same manner as offers, electronically via email to the Contract Specialist and Contracting Officer.Please note that questions concerning this solicitation should be submitted at the earliest time possible, to ensure a response. Questions not received within a reasonable time prior to the close of solicitation may not be considered.CLAUSESThe following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARS) commercial clauses apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at acquisition.gov):FAR 52.212-1, Instructions to Offerors - Commercial ItemsFAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Alt. 1FAR 52.212-4, Contract Terms and Conditions - Commercial ItemsFAR 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 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or StatementsFAR 52.204-23, Prohibition on Contracting Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered EntitiesFAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.209-10, Prohibition on Contracting with Inverted Domestic CorporationsFAR 52.233-3, Protest After AwardFAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract AwardsFAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentFAR 52.219-6, Notice of Total Small Business Set-AsideFAR 52.219-28, Post Award Small Business Program RepresentationFAR 52.222-3, Convict LaborFAR 52.222-19, Child Labor - Cooperation with Authorities and RemediesFAR 52.222-21, Prohibition of Segregated FacilitiesFAR 52.222-26, Equal OpportunityFAR 52.222-36, Equal Opportunity for Workers with DisabilitiesFAR 52.222-50, Combatting Trafficking in PersonsFAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While DrivingFAR 52. 225-13, Restriction on Certain Foreign PurchasesFAR 52.232-33, Payment by Electronic Funds Transfer - System for Award ManagementFAR 52.204-7, System for Award ManagementFAR 52.204-13, System for Award Management MaintenanceFAR 52.204-16, Commercial and Government Entity Code ReportingFAR 52.204-17, Ownership or Control of OfferorFAR 52.204-18, Commercial and Government Entity Code MaintenanceFAR 52.204-20, Predecessor of OfferorFAR 52.247-34, F.O.B. DestinationFAR 52.252-1, Solicitation Provisions Incorporated by ReferenceFAR 52.252-3, Alterations in SolicitationDFARS 252.203-7000, Requirements Relating to Compensation of Former DoD OfficialsDFARS 252.203-7005, Representation Relating to Compensation of Former DoD OfficialsDFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information ControlsDFARS 252.225- 7048, Export Controlled ItemsDFARS 252.232-7006, Wide Area Workflow PaymentsDFARS 252.232-7010, Levies on Contract PaymentsDFARS 252.244-7000, Subcontracts for Commercial ItemsDFARS 252.247-7023, Transportation of Supplies by SeaAMENDMENT 01:This Amendment is to extend the solicitation closing date to 6 Dec 2019 at 11:59 AM CT and to respond to question we have received.Question 1:The link to access the drawing does not work. Can you provide the drawing to me through email?Answer 1:No, I cannot email you the drawing. Vendors must have access to the Joint Certification Program (JCP) in order to access the drawing for this procurement. Instructions on gaining JCP access is found in the Technical Data Package (TDP) paragraph of this solicitation.Question 2:To provide you with an accurate quote we require the part specific tolerance information. Is it possibleyou provide us with these details?Answer 2:All dimensions are 2 place decimals (.XX). The general tolerance block at the bottom of page one callsfor 2 place decimals to have a tolerance of +/? .06 unless otherwise specified.Amendment 02: 1. The purpose of this amendment is to reopen the soliciation to increase the quantity from 2,000 EA to 5,200 EA. 2. The solicitation closing has been extended to 11:59 AM CT on Friday Dec 13,2019.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/baf8b55d1b11498ba65dc732fb27578f/view)
 
Record
SN05513417-F 20191212/191210230254 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.