Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2021 SAM #7110
SOLICITATION NOTICE

81 -- Procurement for Performance Oriented Packaging (POP) Boxes for M-26 warheads, motors, and residual components (i.e. fin restraints, igniters, and fuses) in support of Guided Multiple Launch Rocket Systems (GMLRS) and Low Cost Reduced Range

Notice Date
5/18/2021 8:42:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321920 — Wood Container and Pallet Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W31P4Q-21-R-0073
 
Response Due
5/27/2021 3:00:00 PM
 
Archive Date
06/11/2021
 
Point of Contact
Arlesha D. Smith, Phone: 256313-3505, Jessica O'Connor
 
E-Mail Address
arlesha.d.smith.civ@mail.mil, jessica.r.oconnor.civ@mail.mil
(arlesha.d.smith.civ@mail.mil, jessica.r.oconnor.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W31P4Q-21-R-0073 is issued as a request for proposal (RFP). The Government reserves the right to award without discussions. The solicitation document and incorporated provisions and clauses are in effect through the Federal Acquisition Circular 2021-05. The requirement is will represent a 100% Small-Business-Set Aside (SBSA). The associated NAICS code is 321920 with a small business size standard of 500 employees. Description of the requirement is as follows: Solicitation Number W31P4Q-21-R-0073 is a request for a Firm Fixed Price (FFP) proposal for the procurement of POP Boxes in the quantity of 29,952 each. �The US Army Contracting Command, Redstone Arsenal, intends to issue a single, firm fixed price contract to the Offeror who can fulfill the requirement at the Lowest Price, Technically Acceptable.� The Government intends to use the policies and procedures of FAR Part 12 in conjunction with FAR Part 15, as necessary. List of Line Items: 0001AA - POP Box Certification Test, 11 Quantity Each, in accordance with (IAW) Attachment 0001, Statement of Work (SOW) Paragraphs�3.1, 3.2, 3.4, 3.5, 3.6, and 3.7�and Exhibit A,� The first article test units shall not be used as deliverables for the contract production quantities. 0001AB � POP Boxes, 29,952 Quantity Each, IAW Attachment 0001, SOW paragraphs 3.0, 3.3, 3.8, and 4.0. Period of Performance/Delivery Schedule: �The Period of Performance for the contract is from the Day of Award, anticipated as no later than 30 June 2021, until the last delivery date on the contract, as mutually agreed to.� Deliveries must begin no later than 26 August 2021 and the final delivery must be made within 12 months of the first delivery. 0001AA � POP Certification Test; POP Box Certification completion date of no later than 13 August 2021. 0001AB � POP Boxes;� Weekly deliveries beginning no later than 26 August 2021 and completing within 12 months of the first delivery. Accelerated delivery is desired if at no additional cost to the Government and requested by the Contractor at least 14 calendar days prior to the scheduled delivery date. Inspection and Acceptance:� The place of inspection and acceptance is at Origin by the Defense Contract Management Agency (DCMA) in accordance with FAR 52.246-2.� FOB is at Origin in accordance with (IAW) FAR 52.247-29. Packaging and Marking:� Upon US Government approval of the POP Box Certification Test Report, POP Certification Markings shall be applied to all delivered boxes IAW MIL-STD-129, MIL-STD-130, and Title 49 CFR, Sub-part L, 178.502, Identification Codes for Packaging, and Continuing in 178.503, Markings and Packaging. Shipping Instructions:� The Government will provide the Contractor with a Transportation Account Code (TAC) to ship all end items to the location at the time of award. The Government anticipates deliveries to the following locations: LOCKHEED MARTIN CORPORATION 15604 W AR 274 HWY CAMDEN, AR 71701-5042 LETTERKENNY MUNITIONS CTR ROUTE 997 VOELZ GATE CHAMBERSBURG, PA 1721-4150 Provisions/Clauses:� Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Provision at 52.212-2, Evaluation - Commercial Items, is applicable. The lowest price technically acceptable is the evaluation method IAW Attachment 0004, Evaluation Factors for Award. Provisions at 52.204-26 and 52.204-24, implementation of NDAA Section 889(a)(1)(B) Prohibition on Contracting with Entities Using Certain Telecommunications and Video Surveillance Services or Equipment. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Clause at 52.212-5 Contract Terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items, also applies to this acquisition and additional FAR clauses may be cited as needed. Clause FAR Clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. Payment shall be made through Wide Area Work Flow (WAWF), in Accordance with DFARS 252.232-7006. DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports and Instructions. Payment method shall be through Wide Area Work Flow. DFARS 252.232-7006 - Wide Area Work Flow Payment Instructions. Other Information: This is a DPAS DO A2 rated order. Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the Agency. Proposals are due no later than 27 May 2021 at 1700 CDT at Redstone Arsenal, Army Contracting Command-Redstone, ATTN: CCAM-PFA, 112 Hankins Rd., Redstone Arsenal, AL 35898. The Contractor's proposal must be determined acceptable in terms of (a) price reasonableness, (b) technical compliance with the SOW to include IAW the POP Box Drawing 13640074, requirements for FAI/PLV, and POP Box Qualification Test Plan submittal. Solicitation Attachments:� Attachment 0001 � Statement of Work Attachment 0002 � Document Summary List Attachment 0003 � POP Box Drawing 13640074 Attachment 0004 � Instructions to Offerors Attachment 0005 � Evaluation Factors and Basis for Award Exhibit A - Contract Data Requirements List Proposals shall be submitted by email or DoD SAFE site (https://safe.apps.mil/) to arlesha.d.smith.civ@mail.mil, jessica.r.oconnor.civ@mail.mil, and megan.m.mokhtari.civ@mail.mil. Other electronic or hard copy submissions are not authorized. PROPOSALS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact: Arlesha Smith, Contract Specialist, at arlesha.d.smith.civ@mail.mil, Jessica O�Connor, Contracting Officer, at jessica.r.oconnor.civ@mail.mil, and Megan Mokhtari, Contracting Officer, at megan.m.mokhtari.civ@mail.mil. �����
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/18b33761ebd24a5e9d3065cb035f9b00/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898-5280, USA
Zip Code: 35898-5280
Country: USA
 
Record
SN06006065-F 20210520/210518230119 (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.