Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2020 SAM #6926
SOLICITATION NOTICE

81 -- Polypropylene Container with Booster and Cover

Notice Date
11/13/2020 11:11:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-20-Q-PLCT
 
Response Due
5/22/2020 10:00:00 AM
 
Archive Date
06/06/2020
 
Point of Contact
Lorraine Geren, Phone: 3097826757, 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-20-Q-PLCT. � The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. This request is issued as a 100% Small Business Set-Aside. The NAICS code for this procurement is 326199; the small business size standard is 750 employees.� The Federal Supply Code is 8140. 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 This solicitation is for the following: Polypropylene Container for 60 lb. Shock Charge, in accordance with drawing number 7428225 Rev D (see DRAWING ACCESS Section below).� Includes all parts listed on drawing. Polypropylene Container, � lb. Booster for 60 lb. Shock Charge, in accordance with drawing number 7428228 Rev A (see DRAWING ACCESS Section below) Polypropylene Cover for � lb. Booster, in accordance with drawing number 7428229 Rev A (see DRAWING ACCESS Section below) **NOTE: EACH UNIT IS COMPRISED OF 1-EACH OF THE ABOVE ITEMS, AS FOLLOWS: 1 EACH = 1 Polypropylene Container + 1 Polypropylene Container � lb. Booster + 1 Polypropylene Cover CLIN 0001: First Article Test (FAT) Quantity Quantity: 5 each CLIN 0002:� Production Quantity Quantity: 725 each The Army Contracting Command-Rock Island (ACC-RI) intends to award a Firm Fixed Price Contract. PACKAGING AND PACKING Preservation, Packaging & Packing shall be in accordance with ASTM D 3951 � DELIVERY and LOCATION The desired Delivery Dates are as follows: CLIN�Description�������������������������� Delivery Date 0001�FAT Quantity�������������������� �45 days after award 0002�Production Quantity����� 30 days after First Article Test Approval 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. DRAWING ACCESS The drawings associated with this acquisition are Distribution Level D, 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 drawings 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.� Firms are required to have a current valid Cage Code in order to register. NOTE: THE DD FORM 2345 MAY BE SUBMITTED ELECTRONICALLY.� DIRECTIONS FOR ELECTRONIC SUBMISSION ARE LOCATED AT THE FOLLOWING SITE, UNDER �SUBMITTING THE DD FORM 2345� https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx � Access to the drawings is restricted to the data custodian listed on the DD Form 2345. *NOTE: When requesting access to the drawings, the company CAGE CODE should be entered within the �Reason for Request� block. QUOTE SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: Completed Pricing Sheet at Attachment 01.� All yellow-highlighted sections shall be completed.� Prices shall be stated to 2 decimal places. �������� BASIS FOR AWARD Award will be made to the offeror who provides the lowest Total Price, who is deemed responsible, and who is compliant with all requirements of this solicitation. Total Price is calculated as: CLIN 0001 Price + CLIN 0002 Price In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. � LISTING OF ATTACHMENTS Attachment 01, Pricing Sheet DEADLINE FOR SUBMISSION Offers are due May 22, 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-20-Q-PLCT� 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 provision is provided in full text 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. 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 52.204-24, Representation Regarding 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 52.225-1, Buy American Supplies FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act 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 252.232-7003, 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 are provided in full text FAR 52.209-4, First Article Approval-Government Testing First Article Approval -- Government Testing (Sep 1989) (a) The Contractor shall deliver 5 unit(s) of CLIN 0001� within 45 days 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 20 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.� Question:� Is there CAD that can be shared besides just the drawings? ����� Answer:� No CAD is available 2.� Quesion: The pricing submittal does not have separate Tooling or Engineering lines.� With this, we would assume that you would want us to spread these costs across the total parts builds.� Is this correct? ����� Answer:� It is a business decision as to how costs are spread/proposed.� The Government does not provide input on that decision. AMENDMENT 02 Question: Does the Government posess any of the prior manufacturing documentation for these components? Answer:� We have no such documentation to offer.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/584b928ed59f413d95eb3a71102fb4d3/view)
 
Record
SN05852875-F 20201115/201113230141 (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.