Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2022 SAM #7502
SOLICITATION NOTICE

93 -- Universal Emplacement Stand

Notice Date
6/13/2022 12:21:11 PM
 
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
W52P1J22QE123
 
Response Due
7/13/2022 10:00:00 AM
 
Archive Date
07/28/2022
 
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)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation�for�commercial products�or�commercial 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; proposals 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 W52P1J22QE123. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. The NAICS code for this procurement is 326199; the small business size standard is 750 employees. The Product Service Code is 9330. Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation.� The website for SAM is https://www.sam.gov/. Addendum to 52.212-1 DESCRIPTION OF REQUIREMENT CLIN 0001: Universal Emplacement Stand � First Article Test (FAT); Quantity 5 In accordance with Drawing 6915059 Rev B as found attached to this solicitation. CLIN 0002: Universal Emplacement Stand - Production; Quantity 2020 In accordance with the following drawings: 6915059 Rev B 6915060 Rev B 6915061 Rev B 6915062 Rev B 6915063 Rev B 6915064 Rev B 6915092 Rev B 6915101 Rev B 6915111 Rev B JCP ACCESS OF RESTRICTED DRAWINGS; DRAWING ACCESS (See additional Technical Data Package Instructions in Attachment 05) The drawings associated with this acquisition are Distribution Level C, 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 acquisition is issued as 100% Small Business Set-Aside. Award will be made using Low Price, resulting in a single award Firm Fixed Price Contract. DELIVERY AND LOCATION CLIN��� Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Suggested�Delivery Date 0001��� Universal Emplacement Stand - FAT� � � � � � � � � �16 weeks after Award 0002��� Universal Emplacement Stand - Production�� ����� 8 weeks after FAT Approval Packaging shall be in accordance with ASTM D 3951; Commercial Packaging. Delivery will be FOB Destination to Crane Army Ammunition Activity, Building 148 300 Highway 361, Crane, IN 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 Offerors shall submit the following in response to this solicitation: Price � Offerors must submit Completed Pricing Sheet at Attachment 02. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places. Completed Clause at Attachment 03 � FAR 52.204-24, paragraph (d)(1) and (d)(2) Completed Provisions at Attachment 04 � FAR 52.213-3 Alt 1, paragraph (b) only. BASIS FOR AWARD Award will be made on price only to the offeror who provides the lowest Total Evlauated Price, who is determined to be responsible and who is compliant with all the requirements of this Solicitation. Total Evaluated Price is calculated as: CLIN 0001 Price plus CLIN 0002 Price = Total Evaluated 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 � Drawings List Attachment 02 � Pricing Sheet Attachment 03 � FAR 52.204-24, paragraph (d)(1) and (d)(2) Attachment 04 � FAR 52.213-3 Alt 1 Attachment 05 -�Technical Data Package Information DEADLINE FOR SUBMISSION Offers are due on July 13, 2022 no later than 12:00 pm 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. Offerors shall include �W52P1J22QN123 - Response � [Insert Offeror�s Name]� 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. End of Addendum 52.212-1 SOLICITATION PROVISIONS The following Federal Acquisition Regulations (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.acquisition.gov): FAR 52.212-1 - Instructions to Offerors - Commercial Products and Commercial Services FAR 52.212-3 Alt I � Offeror Representations and Certifications � Commercial Products and Commercial Services � Alt I FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-17, Ownership or Control of Offeror (AUG 2020) FAR 52.204-20, Predecessor of Offeror (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-26, Covered Telecommunications Equipment or Services�Representation (OCT 2020) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) The following provisions are provided in full text: DFARS 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (Deviation 2020-O00005)(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) CLAUSES The following Federal Acquisition Regulations (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.acquisition.gov): FAR 52.212-4 - Contract Terms and Conditions � Commercial Products and Commercial Services FAR 52.212-5 � Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services �� �������� FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021) ����������� FAR 52.204-25, Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021) ����������� FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020) ����������� FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) ����������� FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) ����������� FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) ����������� FAR 52.219-28, Post-Award Small Business Program Rerepresentation (SEP 2021) ����������� FAR 52.222-3, Convict Labor (JUN 2003) FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)(JUL 2020) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222-26, Equal Opportunity (SEPT 2016) FAR 52.222-35, Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36, Equal Opportunity for Veterans (JUN 2020) FAR 52.222-37, Employment Reports on Veterans (JUN 2020) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) FAR 52.233-3, Protest After Award (AUG 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) FAR 52.232-40, (NOV 2021) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021) DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (MAR 2022) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) DFARS 252.225-7048, Export-Controlled Items (JUN 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) DFARS 252.232-7010, Levies on Contract Payments (DEC 2008) DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration (APR 2020) DFARS 252.244-7000, Subcontracts for Commercial Items (JAN 2021) DFARS 252.247-7023, Transportation of Supplies by Sea�Basic (FEB 2019) Addendum to 52.212-4 ����������� FAR 52.247-34, FOB Destination End of Addendum 52.212-4 The following clause(s) are provided in full text FAR 52.209-4, First Article Approval � Government Testing (SEP 1989) �� (a) The Contractor shall deliver 5 unit(s) of Line Item 0001 within 16 weeks from the date of this contract to the Government at Crane Army Ammunition Activity, Building 148, 300 Highway 361, Crane IN 57422 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 7 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 paragraphs (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. (End of clause) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (a) Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. COMBO (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF �combo� document type to create some combinations of invoice and receiving report in one step.] (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table Field Name in WAWF�������������������� Data to be entered in WAWF Pay Official DoDAAC�������������������� ���HQ0303 Issue By DoDAAC� � � � � � � � � � � � � � �W52P1J Admin DoDAAC**� � � � � � � � � � � � � � � W52P1J Inspect By DoDAAC���������������������� ���W53W9L���������������������������� Ship To Code��� ���������������������������������W53W9L (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. Not Applicable (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fdbba82e6a734ac2b36e5938c0dd95dc/view)
 
Record
SN06356631-F 20220615/220613230107 (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.