Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

93 -- Spacer, Rubber Adhesive Backed

Notice Date
8/21/2020 9:41:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325212 — Synthetic Rubber Manufacturing
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-20-Q-CP75
 
Response Due
8/24/2020 6:00:00 AM
 
Archive Date
09/08/2020
 
Point of Contact
Rachel J. Eaggleston, Phone: 8128544412, Cindy K. Wagoner, Phone: 3097820182
 
E-Mail Address
rachel.j.eaggleston.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(rachel.j.eaggleston.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 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 W52P1J-20-Q-CP75 The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The NAICS code for this procurement is 325212; the small business size standard is 1,000 employees.� The Federal Supply Code is 9320. 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/. DESCRIPTION OF REQUIREMENT The following description applies to Item #1 (CLINs 0001, 1001): Material shall be Saint Gobain R10480M �Kiss Cut� is required Shall have backing adhesive easy release liner/acrylic adhesive Pads shall be on a roll or on a sheet.� No individual pads ITEM #1:� RUBBER SPACER *Description:� Dimensions shall be 1.750� � .030� (1.720-1.780) x .810� � .030� x 3/8 inches thick CLIN 0001:� First Article Test (FAT) Quantity, Rubber Spacer Quantity: 5 each CLIN 1001:� Production Quantity, Rubber Spacer Quantity: 45,500 each Material Certificiate of Analysis Report: A Material Certificate of Analysis Report shall accompany each delivery.� See Attachment 04, (for CLINs 0001 and 1001).� PACKAGING AND PACKING Preservation, Packaging, and 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-RI) intends to award a Firm Fixed Price Contract. DELIVERY and LOCATION The Delivery Dates are as follows: CLIN����� Description����������������������������������������������� ������������������ Delivery Date 0001����� FAT Quantity, Compression Pads�������� 2 weeks after Award (or earlier) 1001����� Production Qty, Compression Pads���� 7 Weeks after FAT approval (or earlier). Production Deliveries for CLIN 1001 shall be: 45,500 ea.� 7 weeks after FAT approval. Shipment(s) shall be received with a unique lot number. Delivery shall be FOB Destination to Crane Army Ammunition Activity, 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. QUOTE SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this Solicitation: Pricing Sheet at Attachment 02 (offerors must fill in all yellow-highlighted areas) Statement that offered prices reflect use of Saint Gobain R10480M material *Respondents must provide prices for all CLINs on the pricing sheet. *Prices shall be submitted to 2 decimal places only LISTING OF ATTACHMENTS Attachment 01, Certified Material Test Report (CLINS 0001 and 1001) - Deleted Attachment 02, Pricing Sheet Attachment 03, Material Test Report (CLINs 0001 and 1001)- Deleted Attachment 04,� Material Certification (CLINs 001 and 1001) BASIS FOR AWARD Award will be made on price only to the offeror who provides the lowest Total Price, who is determined to be responsible and who is compliant with all the requirements of this Solicitation. Total Price is calculated as: CLIN 0001 Price plus CLIN 1001 Price. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions.� Award will be made on a Firm Fixed Price basis. ALL AMENDMENTS SHALL BE Ackowledged. DEADLINE FOR QUOTE SUBMISSION Offers are due on AUG 21, 2020, not later than 12:00 p.m. Central Time.� Offers shall be submitted in the following way: Electronically via email to the Contract Specialist rachel.j.eaggleston.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil� Offerors should include��� �Response to W52P1J-20-Q-CP75� within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist. **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. CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I 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 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.222-50, 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 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.225-1, Buy American � Supplies FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.O.B. Destination DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System � Statistical Reporting in Past Performance Evaluations 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 252.244-7000, Subcontracts for Commercial items �DFARS 252.247-7023, Transportation of Supplies by Sea FAR 52.209-4, First Article Approval-Government Testing (a) The Contractor shall deliver 5 unit(s) of Contract Line Items 0001 within 2 weeks from the date of this contract to the Government at Crane Army Ammunition Activity, Building 48, 300 Highway 361, Crane IN 47522 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 10 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor -- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor�s expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. AMENDMENT 01: 1.� The purpose of the amendment is to correct the following items: 2.� FAR 52.209-4, First Article Approval-Government Testing, paragraph (a) is changed, � � � �� FROM: ""The Contractor shall deliver 5 unit(s) of Contract Line Items 0001 within 7 weeks from the date of this contract to the Government at Crane Army Ammunition Activity, Building 48, 300 Highway 361, Crane IN 47522 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract."" �������������� TO: ""The Contractor shall deliver 5 unit(s) of Contract Line Items 0001 within 2 weeks from the date of this contract to the Government at Crane Army Ammunition Activity, Building 48, 300 Highway 361, Crane IN 47522 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract."" 3. Attachment 01 is hereby deleted and replaced with Attachment 03."" AMENDMENT 02 (Q&A): 1. The purpose of this amendment is to answer contractor's question as follows: Question:� Are these ID/OD dimensions or is this a square pad? Dimensions shall be 1.750� � .030� (1.720-1.780) x .810� � .030� x 3/8 inches thick Government's Answer:� Neither, it is a rectangle; not round, not square. 2.� The time for submission of quotes is NOT extended. AMENDMENT 03 (Q&A): 1. The purpose of this amendment is to answer contractor's question as follows: Question:� We need the specification that this material needs to meet.�� While the attached provided the test requirements, it does not specify any test methods. �Answer: � 2.� Remove paragraph e):� Material testing results shall address drawing specifications. 3.� Contractor shall refer to Attachment 04 which states:� Documentation means a Certificate of Analysis for R-1040M material from Saint Gobain shall be supplied to CAAA.� 4.� Attachment 03 is hereby deleted and replaced with Attachment 04. 5.� The time set for offers is extended until 21 Aug 2020, 12:00 Noon. AMENDMENT 04: 1.� The purpose of this amendment is to incorporate clauses by Federal Acquisition Circular 2020-08: 2.� Incorporate FAR Clause 52.212-5(a)(3);� 52.204-25 (Aug 20); 3.� Reference Attachment 05; 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.ill be incorporated into the award as a provision and clause. 4.�The time set for offers is extended until 24 Aug 2020, 8:00AM CT.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/98060b40ffe84d82a55a59b6c4dd7ba9/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN05769664-F 20200823/200821230208 (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.