Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2021 SAM #7181
SOLICITATION NOTICE

39 -- Crane Upgrade

Notice Date
7/28/2021 7:15:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-21-R-0IPX
 
Response Due
7/30/2021 12:00:00 PM
 
Archive Date
08/14/2021
 
Point of Contact
Khadine R. Quashie, Jason Kenlan
 
E-Mail Address
khadine.r.quashie.mil@mail.mil, jason.a.kenlan2.civ@mail.mil
(khadine.r.quashie.mil@mail.mil, jason.a.kenlan2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*The purpose of this amendment is to extend the solicitation by one week. Quotes are now due 30 July 2021. Updated SOW dated 07082021�include changes in red made to sections: 4.1.12;� 4.2.12;� 4.3.12;��4.4.11;� 4.5.11;��4.6.7;� and� 4.6.12. This is a combined synopsis/solicitation for a commercial item 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. Proposals are being requested; a written solicitation will not be issued. Solicitation No. W15QKN-21-R-0IPX is issued as a Request for Proposal (RFP) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2021-06, dated June 10, 2021. This requirement is being competed under a 100% small business Set-Aside. The NAICS code for this acquisition is 333923 with a small business size standard of 1250 employees. The U.S. Army Contracting Command (ACC-NJ), Picatinny Arsenal, NJ intends to award a single firm fixed price contract that includes a base award and five (5) options consisting of purchase of four (4) 5-Ton Overhead Bridge Cranes, one (1) 15-Ton Overhead Bridge Crane and one (1) 20-Ton Overhead. This requirement will also include the installation of the six (6) new Overhead Bridge Cranes and the Removal of three (3) Existing Overhead Cranes to include shipping and training. The new overhead cranes will provide much needed material handling capability to properly support production and R&D prototypes of various metal parts for the CCDC AC Prototyping Facility and machine shop. This effort will be in accordance with the attached Statement of Work (Building 3150 Crane Upgrade) 5102021.DOCX The base and all options shall include FOB Destination delivery to Buildings 3150 and 302, Picatinny Arsenal, NJ 07806-5000, in accordance with the SOW. Offerors are requested to submit a firm fixed price (FFP) proposal to include delivery, installation and training in accordance with the SOW using the following Contract Line Item Number (CLIN) structure and item breakdown as outlined in the SOW: ������������������������� ���������������������������������� ��������������������������������������������������������� CLIN���������������������� � ��������Item Description���� ��������������������������������������������� 0001 Base�� ������� ���������(3150 Bay C) - Installation of 5Ton Overhead Bridge Crane in accordance with SOW Qty._________�������� ������� �$_____________ 0002 Option 1��� �������� (3150 BAY A) � Installation of 5Ton Overhead Bridge Crane in accordance with SOW Qty._________�������� ������� �$_____________ 0003 Option 2��� �������� (3150 BAY B) - Installation of 15-Ton Overhead Bridge Crane in accordance with SOW Qty._________�������� ������� �$_____________��������������������������� 0004 Option 3������������� 3150 Shipping and Receiving � Installation of a new structure in accordance with SOW Qty._________�������� ������� �$_____________����������� 0005 Option 4��������������� 3150 Shipping and Receiving - Installation of one (1) new 20 -Ton Overhead Bridge Crane in accordance with SOW Qty._________�������� ������� �$_____________����������� 0006 Option 5������������� Building 302. Installation of one (1) new 5-Ton Overhead Bridge Crane in accordance with SOW Qty._________�������� ������� �$_____________����������� *Quoted prices shall be F.O.B. Destination.* � The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: FAR: 52.203-3, 52.203-5, 52.203-6 Alt. I, 52.203-7, 52.203-11, 52.204-7, 52.204-13, 52.204-18, 52.204-24, 52.204-26, 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.217-5, 52.217-7, 52.233-3, 52.233-4, 52.243-1, 52.246-2 and 52.247-34. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.203-19, 52.204-10, 52.204-23, 52.204-25, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-4, 52.222-19, 52.222-21, 52.222-22, 52.222-23, 52.222-24, 52.222-25, 52.222-26, 52.222-27, 52.222-40, 52.222-50, 52.223-18, 52.232-33, 52.233-1, 52.233-3, and 52.233-4 and DFARS: 252.203-7002, 252.204-7002, 252.211-7003, 252.216-7000, 252.216-7007, 252.232-7006 and 252.232-7010, 252.203-7000, 252.203-7005; 252.225-7036, 252.232-7003, 232.247-7023. FAR 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) Site Visit:� All offerors who intend to quote on this solicitation are strongly recommended to attend the site visit. This will give offerors the opportunity to inspect the site where the installation is to be performed to better understand the requirement. Offerors are required to schedule their site visit with the POC listed below and shall provide the full name of the individual(s) attending the site visit, vehicle make(s), model(s), license plate number(s), and state of license; each individual(s) shall have proper identification when attending the site visit. (a) A site visit has been scheduled for -- DATE:� Tuesdays or Thursdays (23 June-15 July) TIME:� Between 1pm and 3pm/ 1300-1500hrs. (b) Participants will meet at -- ��������������� LOCATION:� Visitor Control Center, Building 1136, Picatinny Arsenal, NJ� 07806-5000 POC:� Matthew Hummers, matthew.j.hummers.civ@mail.mil. Please ensure the Contract Specialist and Contracting Officer are copied on all communications concerning site visit requests. Please note: The POC needs to have all offeror site visit information one (1) business day prior to the requested date to coordinate post and building access. Offerors are reminded that in no event shall failure to inspect the site constitute grounds for a claim after contract award. Due to the nature of the work associated with this requirement all personnel attending a site visit shall be U.S. citizens. All visitors will be subject to a criminal background check upon arrival at the Visitor Control Center, Picatinny, NJ 07806. Therefore, offerors shall complete the attached NCIC III Release Form prior to arrival at the Visitor Control Center. These forms SHALL NOT be emailed or sent to the Contract Specialist or Contracting Officer listed above. This form shall be completed and brought to the visitor�s center upon arrival. Offerors are limited to the number of personnel they can bring for the site visit. Offerors shall not bring more than two (2) personnel each. Local hazard familiarization will take place at the building(s) upon arrival to include COVID-19 risk mitigation measures. This is due to the current policies and procedures that Picatinny Arsenal has taken during the COVID-19 Emergency. Additional information about these policies and procedures can be found in the provided attachments: Armaments Center Infectious Disease Mitigation Recovery Plan (PDF) and Armaments Center Infectious Disease Risk Mitigation Guidelines (PDF). Offerors shall submit all questions posed during the site visit in writing within three (3) business days of the site visit. The Government responses will be posted as an amendment to the solicitation.� The following local information also applies: 1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001 2. Responses must be plainly marked with the Solicitation Number and the date and local time set forth for bid opening or receipt of proposals in the solicitation document. 3. Information regarding the timeliness of response is addressed in the provision of the solicitation entitled either �Late Submission, Modification and Withdrawal of Bid� or �Instructions to Offerors � Competitive Acquisitions�. 4. Procurement Information: This Procurement is 100% small business set-aside. The applicable SIC/NAICS code is: 333923 5. Issuing Office: U.S. Army Contracting Command � New Jersey ATTN: Jason Kenlan Contracting Officer Office Symbol: ACC-NJ-JA Picatinny Arsenal, NJ 07806-5000 Email: jason.a.kenlan2.civ@mail.mil 6. Point of Contact for Information: U.S. Army Contracting Command � New Jersey ATTN: Khadine R. Quashie Contract Specialist Office Symbol: ACC-NJ-JA Picatinny Arsenal, NJ 07806-5000 Email: Khadine.r.quashie.mil@mail.mil 7. Responses are due no later than July 23, 2021 by 3:00PM EST and shall be sent electronically to the points of contact under paragraphs 5 (Issuing Office) and 6 (Point of Contact Information) above. 8. Offerors shall complete and submit, with their offer, the attached OMB Standard Form LLL, Disclosure of Lobbying Activities if applicable. (See FAR Provision 52.203-11) DISCLOSURE OF UNIT PRICE INFORMATION This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals. Packaging and Marking COMMERCIAL PACKAGING REQUIREMENTS Packaging - Preservation, packaging, packing, unitization and marking furnished by the supplier shall provide protection for a minimum of one year, provide for multiple handling, redistribution and shipment by any mode and meet or exceed the following requirements. Cleanliness - Items shall be free of dirt and other contaminants which would contribute to the deterioration of the item or which would require cleaning by the customer prior to use. Coatings and preservatives applied to the item for protection are not considered contaminants. Preservation - Items susceptible to corrosion or deterioration shall be provided protection such as preservative coatings, volatile corrosion inhibitors, desiccants, water-proof and/or water-vapor-proof barriers. Cushioning - Items requiring protection from physical and mechanical damage (e.g. fragile, sensitive, critical material) or which could cause physical damage to other items, shall be protected by wrapping, cushioning, pack compartmentalization, or other means to mitigate shock and vibration and prevent damage during handling and shipment. Unit package Unit Package - A unit package shall be so designed and constructed that it will contain the contents with no damage to the item(s), and with minimal damage to the unit pack during shipment and storage in the shipping container, and will allow subsequent handling. The outermost component of the unit package shall be a container such as a sealed bag, carton or box. Unit Package Quantity - Unless otherwise specified, the unit package quantity shall be one each part, set, assembly, kit, etc. Intermediate Packaging - The use of intermediate packaging is required whenever one or more of the following conditions exist: The quantity is over one (1) gross of the same national stock number. Use enhances handling and inventorying. The exterior surface of the unit pack is a barrier bag. The unit pack is less than 64 cubic inches. The weight of the unit pack is less than five (5) pounds and no dimension is over twelve (12) inches. Intermediate container shall be limited to a maximum of 100 unit packs, a net load of 40 pounds, or a maximum volume of 1.5 cubic feet, whichever occurs first. Packing Unit packages and intermediate packages not meeting the requirements for a shipping container shall be packed in shipping containers. All shipping containers shall be the most cost effective and shall be of the minimum cube to contain and protect the items. Shipping Containers - The shipping container (including any necessary blocking, bracing, cushioning, or waterproofing) shall comply with the regulations of the carrier used and shall provide safe delivery to the destination at the lowest tariff cost. The shipping container shall be capable of multiple handling, stacking at least ten feet high, and storage under favorable conditions (such as enclosed facilities) for a minimum of one year. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance. The weight capacity of the pallet must be adequate for the load. The preferred commercial expendable pallet is a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized. The load shall be contained in a manner that will permit safe handling during shipment and storage. Marking All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in accordance with MIL-STD-129, Revision R, Date 18 February 2014 including bar coding. The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel. NOTE: Passive RFID tagging is required in all contracts that contain DFARS clause 252.211-7006. Contractors must check the solicitation and/or contract for this clause. For details and most recent information, see http://www.acq.osd.mil/log/rfid/index.htm for the current DoD Suppliers� Passive RFID Information Guide and Supplier Implementation Plan. If the item has Unique Item Identifier (UII) markings then the UII needs to be 2D bar coded and applied on the unit package, intermediate and exterior containers, and the unit load. Hazardous Materials A hazardous material is defined as a substance which has been determined by the Department of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Title 49 CFR and other applicable modal regulations effective at the time of shipment.) Ammunition and explosives (Hazard Class 1) are special cases and must be properly hazard classified and registered with the competent authority of the United States (Department of Transportation). Packaging and marking for hazardous material shall comply with the requirements for the mode of transport and the applicable performance packaging contained in the following documents: International Air Transport: International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air International Vessel Transport: International Maritime Dangerous Goods Code (IMDG) Domestic Transport: Code of Federal Regulations (CFR) Title 49 Military Air Transport: Joint Service Regulation AFMAN24-204/TM38-250/NAVSUP PUB 505/MCO P4030.19/DLAM 4145.3. If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the regulations of the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers. A Product Material Safety Data Sheets (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside a waterproof sealed pouch attached to the outside of the package. Wood Packaging Materials - Heat Treatment and Marking of Wood Packaging Materials: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 continuous minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved DUNNAGE stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. Quality Assurance -The contractor is responsible for establishing a quality system. Full consideration to examinations, inspections, and tests will be given to ensure the acceptability of the commercial package. Transportation Requirements: Nomenclature � Base �Crane Upgrade. Number of items and delivery schedule. Delivery shall be within 30 days of contract award. Estimated weight of the item in its shipping container is greater than 250 pounds but less than 2,500 pounds. The Security Classification of the material to be shipped is Unclassified. The item being shipped is not hazardous and not Arms, Ammunition or Explosives. No Government Furnished Equipment will be provided for this contract. Deliveries shall be made to the following address: US Army Armaments Center 3150 Gately Road Picatinny Arsenal, NJ 07805-5000 GOVERNMENT PROCUREMENT QA ACTIONS: INSPECTION Government Procurement Quality Assurance (PQA) actions will be accomplished by the Government Quality Assurance Representative (QAR) at: Destination GOVERNMENT PROCUREMENT QA ACTIONS: ACCEPTANCE Acceptance of supplies will be at: Destination HQ AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMCLevel Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Email: usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-level protest procedures are found at: Web Address: http://www.amc.army.mil/amc/commandcounsel.html If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR - http://farsite.hill.af.mil/vffara.htm Local Clauses - http://procnet.pica.army.mil/reference/Clauses/locals.htm 52.212-1 Addenda - Proposal SUBMISSION This section contains proposal submission instructions as well as specific proposal requirements for the solicitation. The offeror�s proposal shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a proposal in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in proposals. The burden of proving acceptability remains with the offerors. General: The proposal shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for proposal (RFP). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the proposal. All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. U.S. Army Contracting Command � New Jersey ATTN: Khadine R. Quashie Contract Specialist Office Symbol: ACC-NJ-JA Picatinny Arsenal, NJ 07806-5000 Email: khadine.r.quashie.mil@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4ce2cefddf904f7bb8afd68c992f44e7/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN06076638-F 20210730/210728230110 (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.