Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2021 SAM #7062
MODIFICATION

93 -- Body Tops and Body Bottoms f/MJU57 AB Decoy Flares

Notice Date
3/31/2021 8:20:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325211 — Plastics Material and Resin Manufacturing
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-21-Q-BT57
 
Response Due
4/14/2021 2:00:00 PM
 
Archive Date
04/29/2021
 
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)
 
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-BT57. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. The NAICS code for this procurement is 325211; the small business size standard is 1,250 employees. �The Product Service Code is 9330. Offeror 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 �� � CLIN 0001: Body Top; Quantity 8,200 �In accordance with Drawing #3928AS122 Rev C; and Drawing #3928AS132 Rev C CLIN 0002: Body Bottom; Quantity 8,200 In accordance with Drawing #3928AS120 Rev E; and Drawing #3928AS132 Rev C A Certified Material Analysis is required for each item for each delivery. �See Attachment 01 The Government shall provide the Mold, the Tungsten Ballast and the Nozzle Inserts. JCP ACCESS OF RESTRICTED DRAWINGS 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.� TYPE OF ACQUISITION AND CONTRACT This Request for Quote, access to drawings, and any ultimate Award, is limited to Decatur Mold Tool and Engineering Inc., in accordance with the Synopsis associated with this Solicitation. The anticipated award will be a firm-fixed price Purchase Order. DELIVERY and LOCATION Delivery shall be FOB Destination to Crane Army Ammunition Activity, 300 Highway 361, Crane, Indiana 47522-5001, in accordance with the following: Crane Army Ammunition Activity Delivery Instructions CAAA receiving hours are 0700 � 1430, Mon - Thurs BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK). Appointments shall 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 The following shall be submitted in response to this solicitation: 1. Price for CLIN 0001; Price for CLIN 0002 2. Completed Provision at Attachments 02, FAR 52.204-24, paragraph (d)(1) and (d)(2) 3. Completed Provision at Attachment 03, �FAR 52.212-3 Alt I, paragraph (b) only �� BASIS FOR AWARD The Government intends to make an award after determination that the price is reasonable, and the offeror is responsible. 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 � Certificates of Analysis� Attachment 02 � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video�Surveillance Services and Equipment Attachment 03 � FAR 52.212-3 Alt I, Offerors Representations and Certifications � Commercial Items DEADLINE FOR SUBMISSION Offer is due April 14, 2021 no later than 4:00 p.m. Central Time. Offer 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 � Offeror should include �Response to W52P1J-21-Q-BT57� 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 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements 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 02 � �� 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 52.204-18, Commercial and Government Entity Code Maintenance�� � FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.222-3, Convict Labor 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 52.245-1, Government Property FAR 52.247-34, FOB Destination�� � DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.204-7020�, NIST SP 800-171 DoD Assessment Requirements DFARS 252.211-7007, Reporting of Government-Furnished Property DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American 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 252.232-7017, Accelerating Payments to Small Business Subcontractors � Prohibition on Fees and Consideration DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial items DFARS 252.246-7003, Notification of Potential Safety Issues DFARS 252.246-7008, Sources of Electronic Parts 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: � � � �(4) The Contractor has submitted a false certification regarding knowledge of the use of forced or indentured child labor for listed end products. � � � �(5) 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. � � � �(6) The Contractor uses forced or indentured child labor in its mining, production, or manufacturing processes. � � � �(7) 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. (8) The Contracting Officer may terminate the contract. � � � �(9) 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. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/13e2cfbf73484539a671a1d89472d517/view)
 
Record
SN05958298-F 20210402/210331230100 (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.