Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

34 -- AMENDMENT 02 - Thermal Arc Spray System

Notice Date
10/16/2020 10:49:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-21-Q-TA11
 
Response Due
11/20/2020 10:00:00 AM
 
Archive Date
12/05/2020
 
Point of Contact
Lorraine Geren, Cindy K. Wagoner, Phone: 3097820182
 
E-Mail Address
lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(lorraine.geren.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-21-Q-TA11.�The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-01. The NAICS code for this procurement is 334513; the small business size standard is 750 employees.� The Federal Supply Code is 3431. Offerors must be registered within the System for Award Management (SAM) database at time of response to this solicitation.� The website for SAM is https://www.sam.gov/. DESCRIPTION OF REQUIREMENT Item:� Thermal Arc Spray System, in accordance with Description for Purchase at Attachment 06 Quantity: 1 CLIN 0001: Thermal Arc Spray System CLIN 0002: 85/15 Zn/AI Wire & Consumable Parts CLIN 0003: Installation CLIN 0004: Training CLIN 0005: Prove Out SITE VISIT (MANDATORY) A mandatory site visit will be held at Crane on October 22, 2020.� This is a required site visit; quotes will be considered only from offerors who have attended the site visit.� Quotes received from offerors who have not attended the site visit will be considered unacceptable and will not be considered for award.� The purpose of the site visit is to allow potential offeror to: view the space where the equipment will reside, take measurements, verify any obstructions that could impede design, and obtain an understanding of the product flow on the power and free conveyor. �Potential offerors must provide notice of intent to attend the Site Visit NO LATER THAN October 15, 2020 to: Lorraine Geren, lorraine.geren.civ@mail.mil and Cindy Wagoner, cindy.k.wagoner.civ@mail.mil� The following information must be included within the notice of intent to attend the Site Visit: Company Name, Company Address, Company CAGE Code, Visitor Name(s), Visitor(s) Title, Visitor(s) Telephone Number, Visitor(s) email address. Details concerning the site visit will be provided to those companies that provide the notice of intent to attend. TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as 100% Small Business Set-Aside.� Award will be made using Low Price Technically Acceptable (LPTA) Source Selection procedures, resulting in a single award Firm Fixed Price contract. DELIVERY and LOCATION CLIN�� Description������������������������������������������������������� Delivery Date 0001�� Thermal Arc Spray System������������������������� 12 weeks after award 0002�� 85/15 Zn/AI Wire & Consumable Parts��� 12 weeks after award 0003�� Installation�������������������������������������������������������� 45 days after CLIN 0001 Delivery Date 0004�� Training�������������������������������������������������������������� May 20, 2021 0005�� Prove Out���������������������������������������������������������� June 24, 2021 Note: CLIN 0005 - Prove Out is in accordance with paragraph 16 of the DFP at Attachment 06.� The estimated time required for the Proof of Production run is four weeks.� Prices for CLIN 0005 should reflect a four-week duration.� 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: 1. Price � Offerors must submit Completed Pricing Sheet at Attachment 05.� All yellow-highlighted sections shall be completed.� Prices shall be stated to 2 decimal places. 2. Technical Capability Information, as follows: Detailed description of the offered items (Blast cabinet, nozzles, media, process description), which adequately describes how they meet all requirements within the DFP Note: Simply stating the offered item meets the requirements is unacceptable.� The description must address each of the requirements in sufficient detail to describe how the offered item meets the requirement If Offered Item is an Off-the-Shelf product, with no modifications: offeror may provide product literature describing its specifications, sizing, etc., providing it addresses each of the requirements within the DFP.� If product literature does not address all requirements, additional description shall be provided to address each requirement. If Offered Item is an Off-the-Shelf product with modifications: offeror may provide product literature plus a detailed description of the modifications that will bring the product in conformance with all DFP requirements If no standard product literature is available, a basic concept drawing, with description, is required. 3.� Completed Clause at Attachment 04 � FAR 52.204-5, paragraph (d)(1) and (d)(2) � EVALUATION CRITERIA FOR TECHNICAL CAPABILITY Based on the information the offeror provides, a rating of �Acceptable� or �Unacceptable� will be assigned to the quote, as follows: Acceptable:� The offeror submitted Technical Capability Information as specified within this Solicitation Unacceptable: The offeror has not submitted Technical Capability Information as specified within this Solicitation BASIS FOR AWARD Award will be made to the offeror whose offer is determined to be Technically Acceptable, who provides the lowest Total Price, who is deemed responsible, and whose quote conforms to the solicitation requirements. Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions.� Unbalanced Pricing - As part of the evaluation, proposals may be reviewed to identify any significant unbalanced pricing.� IAW FAR 15.404-1(g) - Unbalanced Pricing, a proposal may be rejected if the contracting officer determines the lack of balance poses an unacceptable risk to the government. Price Analysis shall be used to determine price reasonableness; additional methods of price analysis may be used as determined by the contracting officer.� These methods of evaluation may include information/input from sources such as (but not limited to) other Governmental agencies and personnel.� The Government reserves the right to require the submission of any data (i.e. Data other Than Certified Cost or Pricing Data) necessary to validate the reasonableness of an offer. LISTING OF ATTACHMENTS Attachment 01 � Description for Purchase (DFP) dated August 20, 2020 Attachment 02 � Pricing Sheet Attachment 03 � DFP Referenced Figures Attachment 04 � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services and Equipment Attachment 05 - Pricing Sheet dated October 13, 2020.� (Replaces Attachment 02 Pricing Sheet) Attachment 06 - DFP Rev01 dated October 16, 2020 (Replaces Attachment 01) DEADLINE FOR SUBMISSION Offers are due November 20, 2020 no later than 12:00 p.m. Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist Lorraine.geren.civ@mail.mil� and Contracting Officer cindy.k.wagoner.civ@mail.mil�� Offerors should include �Response to W52P1J-21-Q-GRBL� within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer. **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. 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, Alternate I FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting 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 The following provisions are provided in full text: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services and Equipment (Aug 2020)� ������ *�SEE ATTACHMENT 04 FAR 52.219-6 Notice of Total Small Business Set-Aside (MAR 2020) (DEVIATION 2020-O0008) � (a) Definition. �Small business concern,� as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. � (b) Applicability. This clause applies only to� ����(1) Contracts that have been totally set aside for small business concerns; and ��� (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). ��(c) General. ��� (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. ��� (2) Any award resulting from this solicitation will be made to a small business concern. �(d) Agreement. ��� (1) For a contract or an order at or below the simplified acquisition threshold, a small business concern may provide the end item of any firm. For a contract or an order exceeding the simplified acquisition threshold, a small business concern that provides an end item it did not manufacture, process, or produce, shall� ������� (i) Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas; ������ (ii) Be primarily engaged in the retail or wholesale trade and normally sell the type of item being supplied; and ������ (iii) Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; for example, providing storage, transportation, or delivery. ��� (2) For contracts or orders for multiple end items, at least 50 percent of the total value of the contract or order shall be manufactured, processed, or produced in the United States or its outlying areas by small business concerns. ��� (3) Paragraphs (d)(1) through (2) of this clause do not apply to construction or service contracts. ��� DFARS 252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005)(FEB 2020) (a) Definitions. As used in this provision� �� �Agency or instrumentality of the government of Venezuela� means an agency or instrumentality of a foreign state as defined in section 28 U.S.C. 1603(b), with each reference in such section to �a foreign state� deemed to be a reference to �Venezuela.� �� �Business operations� means engaging in commerce in any form, including acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce. �� �Government of Venezuela� means the government of any political subdivision of Venezuela, and any agency or instrumentality of the government of Venezuela. �Person� means� ������ (1) A natural person, corporation, company, business association, partnership, society, trust, or any other nongovernmental entity, organization, or group; ������ (2) Any governmental entity or instrumentality of a government, including a multilateral development institution (as defined in section 1701(c)(3) of the International Financial Institutions Act (22 U.S.C. 262r(c)(3)); and ������ (3) Any successor, subunit, parent entity, or subsidiary of, or any entity under common ownership or control with, any entity described in paragraphs (1) or (2) of this definition. �� (b) Prohibition. In accordance with section 890 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92), contracting officers are prohibited from entering into a contract for the procurement of products or services with any person that has business operations with an authority of the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government, unless the person has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. �� (c) Representation. By submission of its offer, the Offeror represents that the Offeror� ������ (1) Does not have any business operations with an authority of the Maduro regime or the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government; or ������ (2) Has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury. 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 Entity Code Maintenance, FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-6, Protecting the Government�s In1terest 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, 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 FAR 52.247-34, FOB Destination� DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors 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, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial items The following clause is provided in full text: FAR 52.222-19, Child Labor � Cooperation with Authorities and Remedies (DEVIATION 2020-O0019 (JUL 2020) �� (a) Applicability. This clause does not apply to the extent that the Contractor is supplying end products mined, produced, or manufactured in ������ (1) Israel, and the anticipated value of the acquisition is $50,000 or more; ������ (2) Mexico, and the anticipated value of the acquisition is $83,099 or more; or ������ (3) Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova, Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated value of the acquisition is $182,000 or more. �� (b) Cooperation with Authorities. To enforce the laws prohibiting the manufacture or importation of products mined, produced, or manufactured by forced or indentured child labor, authorized officials may need to conduct investigations to determine whether forced or indentured child labor was used to mine, produce, or manufacture any product furnished under this contract. If the solicitation includes the provision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or the equivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of the contracting agency, the Department of the Treasury, or the Department of Justice by providing reasonable access to records, documents, persons, or premises upon reasonable request by the authorized officials. �� (c) Violations. The Government may impose remedies set forth in paragraph (d) for the following violations: ������ (1) The Contractor has submitted a false certification regarding knowledge of the use of forced or indentured child labor for listed end products. ������ (2) The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of this clause, with an investigation of the use of forced or indentured child labor by an Inspector General, Attorney General, or the Secretary of the Treasury. ������ (3) The Contractor uses forced or indentured child labor in its mining, production, or manufacturing processes. ������ (4) The Contractor has furnished under the contract end products or components that have been mined, produced, or manufactured wholly or in part by forced or indentured child labor. (The Government will not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless sufficient evidence indicates that the Contractor knew of the violation.) �� (d) Remedies. ������ (1) The Contracting Officer may terminate the contract. ������ (2) The suspending official may suspend the Contractor in accordance with procedures in FAR Subpart 9.4. The debarring official may debar the Contractor for a period not to exceed 3 years in accordance with the procedures in FAR Subpart 9.4. AMENDMENT 01 The purpose of Amendment 01 is to: �� a.� Provide Attachment 05 � Pricing Sheet dated October 13, 2020, which replaces the Attachment 02 Pricing��� Sheet.� �� b. Provide Questions and Answers #1 - #6. 1. Question: Prove out is listed at 4 weeks, which is far longer than our system will require. �Answer: The Government�s requirement is 4 weeks for Prove out.� Two new systems will be proven out simultaneously during that timeframe � The Grit Blaster under Solicitation number W52P1J-21-Q-GRBL, and the Thermal Arc Spray under this Solicitation.� 2. Question: How many people will be trained under CLIN 0004? �Answer: See Description for Purchase (DF), Section #21 3. Question: Attachment 02-Pricing Sheet.� The CLIN 0002 wire description does not match the Description for Purchase. �Answer: Amendment 01 provides a revised Pricing Sheet at Attachment 05, which supersedes Attachment 02.� The Attachment 05 Pricing Sheet correctly describes the wire under CLIN 0002. 4. Question: Attachment 02-Pricing Sheet.� The wire is a single product and cannot be priced as broken down in the CLIN 0002 Detail section. �Answer: Amendment 01 provides a revised Pricing Sheet at Attachment 05, which requires pricing of the single wire product. 5. Question:� How many bombs require spraying, and what is the product mix? �Answer:� See DFP, Section #17. 6. Question: What are the payment terms? �Answer: Payment will be made in accordance with Federal Acquisition Regulation (FAR) clause 52.212-4(i) � Payment, which is included in the Solicitation and will be incorporated into the award document.� Invoices will be accepted by the Government as follows: ��CLIN 0001, Thermal Arc Spray System � Invoice acceptance after successful delivery ��CLIN 0002, Wire � Invoice acceptance after successful delivery ��CLIN 0003, Installation � Invoice acceptance after Installation Completion ��CLIN 0004, Training � Invoice acceptance after Training completion ��CLIN 0005, Prove out � Invoice accepted after successful Prove Out AMENDMENT 02 The purpose of Amendment 02 is to: ��� a.� Provide DFP Rev01, dated October 16, 2020 at Attachment 06, which replaces the DFP at Attachment 01.� ��� DFP� Rev01 revises Sections (3) and (5). �� b. Provide Questions & Answers #7 - #10 7. Question:� While our primary interest is in the Thermal Arc Spray, are we allowed to attend the Grit Blasting equipment time slot as well?� Answer:� Yes, attendees may be present during both time slots. 8. �Question: Has Crane already been active with these types of coatings, and is Crane happy with the performance of their existing method? Answer:� No, Crane has not actively used thermal arc spray. 9.� Question:� Is there a preference to have a sole supplier for both the Thermal Arc Spray system and the Grit Blast system, or are both parts being treated independently? Answer:� Each item is being solicited and awarded independently. 10.� Question:� Please confirm the system is to use 85/15 zinc aluminum wire? Answer: See DFP Rev 01. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3372eefd94974d308204f768b501789f/view)
 
Record
SN05829746-F 20201018/201016230136 (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  © 1994-2020, Loren Data Corp.