Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOLICITATION NOTICE

53 -- NSN 1325-01-493-9000, Screw, Self Locking

Notice Date
5/6/2020 12:00:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W53W9L-20-Q-3P9B
 
Response Due
5/19/2020 1:30:00 PM
 
Archive Date
06/03/2020
 
Point of Contact
Rachel J Eaggleston, Phone: 8458544412
 
E-Mail Address
rachel.j.eaggleston.civ@mail.mil
(rachel.j.eaggleston.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 the format in FAR 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. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W53W9L-20-Q-3P9B. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. The NAICS code for this procurement is 332722; the small business size standard is 500 employees. The Federal Supply Code is 5305. Offerors must be registered within the System for Award Management (SAM) database at time of submission of an offer.� The website for SAM is https://www.sam.gov/ Addendum to 52.212-1 DESCRIPTION OF REQUIREMENT Item�Screw, Self-Locking, National Stock Number (NSN) 1325-01-493-9000, P/N NAS 1189-3P9B. QUANTITY 313,000 ea. PACKAGING AND PACKING Preservation, Packaging & Packing shall be in accordance with ASTM D 3951 (Commercial Packaging) TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as 100% Small Business Set-Aside. The Army Contracting Command-Rock Island, (ACC), Crane, (CCRI-AEC), intends to award a Firm Fixed Price Contract. DELIVERY and LOCATION Desired Schedule A minimum delivery of�100,000 ea by the end of month (EOM) June 2020 is desired; 100,000 ea by the end of month (EOM) July 2020, and remaining quantity by the end of month (EOM) August 2020.� This does not preclude delivery of entire amount before or ending EOM June 2020. Location� FOB Destination to Crane Army Ammunition Activity (CAAA),�Building 148, 300 Highway 361, Crane, Indiana 47522-5001, in accordance with the following: Crane Army Ammunition Activity Delivery Instructions CAAA receiving hours are 0700-1430 BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK); Mon-Thurs; appointments will be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)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.� An EARLY delivery is acceptable, at no additional cost to the Government with appointment. QUOTE SUBMISSION REQUIREMENTS �Offerors shall submit the following in response to this solicitation: Supplier shall submit its Pricing Sheet w/intended delivery and availability, all freight included, FOB Destination, Crane, IN 47522.� Prices�shall be stated to 2 decimal places if applicable. Completion of Representations and Certifications: Note: Offerors shall submit their active SAM registration to confirm�it is�registered and active in the System for Award Management (SAM), to include entity information, CAGE Code and DUNS# and current expiration of registration. This is a total small business set-aside. Vendor shall acknowledge that it is a small business per the terms and conditions of this set-aside. BASIS FOR AWARD Award will be made on price only to the offeror who provides the lowest Price, who is determined to be responsible and who is compliant with all the requirements of this Solicitation. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. QUOTE SUBMISSION - METHOD �Offers shall be submitted in the following way: Electronically via email to the�Contracting Officer Rachel.J.Eaggleston.civ@mail.mil; Offerors should include��� �Response to W53W9L-20-Q-3P9B� within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the same above. **Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered. End of Addendum to 52.212-1 � SOLICITATION PROVISIONS The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://www.acquistion.gov): FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Alt I, Offerors Representations and Certifications-Commercial Items FAR 52.207-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.219-6, Notice of Total Small Business Set-Aside DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.213-7000, Notice to Prospective Suppliers on Use of past Performance Information Retrieval������������������������������������������� System-Statistical Reporting in Past Performance Evaluations DFARS 252.247-7023, Transportation of Supplies by Sea CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquistion.gov): FAR 52.212-4, Contract Terms and Conditions-Commercial Items� 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 52.204-13, System for Award Management Maintenance FAR 52.204-18, Commercial and Government Code Maintenance FAR 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Request for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial items Addendum to 52.212-4 �FAR 52.247-34, FOB Destination
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/53c04a1b3ca245bd896d8f36e7b60304/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN05648576-F 20200508/200506230205 (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.