Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2022 SAM #7450
SOLICITATION NOTICE

39 -- Concrete Conveyor Weighing System Integration

Notice Date
4/22/2022 11:30:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-22-Q-CVMD
 
Response Due
5/6/2022 10:00:00 AM
 
Archive Date
05/21/2022
 
Point of Contact
Jacob Toft, Cindy K. Wagoner, Phone: 3097820182
 
E-Mail Address
jacob.j.toft.civ@army.mil, cindy.k.wagoner.civ@army.mil
(jacob.j.toft.civ@army.mil, cindy.k.wagoner.civ@army.mil)
 
Description
This is a combined synopsis/solicitation for commercial items products and services 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 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-22-Q-CVMD. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. The NAICS code for this procurement is 333922; the small business size standard is 750 employees. The Product Service Code is 3910. 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 RQUIREMENT CLIN 0001: Conveyor System Replacement/Modification *See Attachment 01 � Performance Work Statement TYPE OF ACQUISITION AND CONTRACT This Request for Proposal, and any ultimate Award is Sole Sourced to Dorner Manufacturing Corporation of Hartland, WI 53029 in accordance with the Sole Source Justification associated with this Solicitation. The anticipated award will be a firm-fixed price Purchase Order.� DELIVERY and LOCATION: CLIN���������� Description����������� ������������������������������������������������������Delivery Date 0001��������� Conveyor System Replacement/Modification� � � � � � � � 2 weeks 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 & Freights 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. ACCEPTANCE CRITERIA CLIN 0001, Conveyor System Replacement/Modification in accordance with the Performance Work Statement PROPOSAL SUBMISSION REQUIREMENTS Offeror shall submit the following in response to this solicitation: 1. Price for CLIN 0001 � Conveyor System Replacement/Modification in accordance with Attachment 01, Performance Work Statement. 2. Completed Clause at Attachment 02 - FAR 52.204-24, paragraph (d)(1) and (d)(2) 2. Completed Provisions at Attachment 03 - FAR 52.213-3 Alt 1, 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 � Performance Work Statement Attachment 02 ��FAR 52.204-24 Attachment 03 - FAR 52.212-3 Alt 1 DEADLINE FOR SUBMISSION Offers are due May 6th, 2022 no later than 12:00 p.m. Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist Jacob.j.toft.civ@army.mil and Contracting Officer cindy.k.wagoner.civ@army.mil. Offeror should include �Response to W52P1J-22-Q-CVMD� 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. 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://acquisition.gov): FAR 52.212-1, Instructions to Offerors-Commercial Items 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 252.215-7013, Supplies and Services provided by Nontraditional Defense Contractors DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are provided in full text 252.225-7974 ��Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005) Use the following provision in all solicitations, including solicitations using FAR part 12 procedures for the acquisition of commercial items, unless the solicitation is� (a)��� Jointly determined by the Secretary of Defense and the Secretary of State to be� (1)� Necessary for purposes of� ������� ����������� (i)� Providing humanitarian assistance to the people of Venezuela; ����������������� ��� (ii)� Disaster relief and other urgent lifesaving measures; or ����������������� ��� (iii) Carrying out noncombatant evacuations; or (2)� Vital to the national security interests of the United States; or (b) �� Related to the operation and maintenance of the United States Government�s consular offices and diplomatic posts in Venezuela. 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. (End of provision) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment *SEE ATTACHMENT 02 FAR 52.212-3 Alt I, Offeror Representations and Certifications � Commercial Items *SEE ATTACHMENT 03 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 52.204-18, Commercial and Government Entity Code Maintenance���� FAR 52.204-26,�Covered Telecommunications Equipment or Services--Representation� FAR 52.209-6, Protecting the Government�s In1terest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAT 52.209-10,�Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-14 (DEV 2021 O0008), Limitations on Subcontracting for Small Business FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19 (DEV 2020-O0019), Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans 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 52.232-39,�Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3,�Protest after Award FAR 52.233-4,�Applicable Law for Breach of Contract Claim FAR 52.247-34, FOB Destination��������������������������������������������������� DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002,�Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments DFARS 252.225-7048,�Export-Controlled Items 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 252.243-7001, Pricing of Contract Modifications. DFARS 252.244-7000, Subcontracts for Commercial items
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fe9993326d144683acdb488754eb094e/view)
 
Record
SN06305538-F 20220424/220422230109 (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.