Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 16, 2022 SAM #7689
SOLICITATION NOTICE

93 -- MJU76 B End Caps

Notice Date
12/14/2022 4:40:43 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
W52P1J22Q76GF
 
Response Due
12/21/2022 3:00:00 PM
 
Archive Date
01/05/2023
 
Point of Contact
Rachael Padavich, Cindy K. Wagoner, Phone: 3097820182
 
E-Mail Address
rachael.s.padavich.civ@army.mil, cindy.k.wagoner.civ@army.mil
(rachael.s.padavich.civ@army.mil, cindy.k.wagoner.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTION This is a combined synopsis/solicitation�for�commercial products�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 W52P1J-22-Q-76GF. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. � The NAICS code for this procurement is 325211; the small business size standard is 1,250 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: FAT End Cap; Quantity 1 LO 1 LO (Lot) = 40 pieces from each (EA) mold cavity In accordance with Drawing 3976AS118 Rev C, as found in Attachment 01 Raw material in accordance with Attachment 02 Material Specification ASTM D3935 End Cap CLIN 0002: Mold End Cap; Quantity 1 EA In accordance with Drawing 3976AS118 Rev C, as found in Attachment 01 Raw material in accordance with Attachment 02 Material Specification ASTM D3935 End Cap CLIN 0003: End Cap; Quantity 143,500 EA In accordance with Drawing 3976AS118 Rev C, as found in Attachment 01 Raw material in accordance with Attachment 02 Material Specification ASTM D3935 End Cap A Certified Material Analysis is required for each item for each delivery.� See Attachment 03. JCP ACCESS OF RESTRICTED DRAWINGS DRAWING ACCESS (See additional Technical Data Package Instructions in Attachment 04) 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 acquisition is issued as 100% Small Business Set-Aside. Award will be made using Lowest Price Acceptable (LPA) Source Selection procedures, resulting in a single award Firm Fixed Price Contract. DELIVERY AND LOCATION CLIN��������������� Description����������������������������� Suggested Delivery 0001��������������� FAT End Cap���� �������� ����������14 weeks after award 0002����������� ���Mold End Cap����������� �����������14 weeks after award 0003��������������� End Cap������� �����������������10,000 per month beginning 4 weeks after FAT approval 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. PACKAGING AND MARKING REQUIREMENTS Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951 (Commercial Packaging). End Caps must be marked with ""76"" printed on the top surface at 1/2"" high, approximately centered.� Each shipment shall be marked with an identifiable Lot Number.� This Lot Number shall be created in accordance with Attachment 05 �Lot Number Instructions. The Lot Number shall also be included on the Certified Material Test Report as found in Attachment 03. ***CLIN 0002 End Cap Mold, shall be marked as follows: � � � � 1. Contractor shall return mold to CAAA upon completion of contract production � � � � 2. Contractor shall supply CAAA with the Mold/Insert drawings when they deliver the FAT parts � � � � 3. Contractor shall send CAAA the injection mold parameters used to mold acceptable parts, upon FAT approval � � � � 4. All plastic used for injection mold parts for CAAA shall be virgin material, no recycled material allowed � � � � 5. Mold shall be marked: MJU 76/B END CAP 3976AS118 Rev C � � � � 6. All Mold markings shall remain legible and shall not wear off during mold use � � � � 7. Parts shall be traceable to the mold cavity from which they came QUOTE/PROPOSAL SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: Completed Pricing Sheet at Attachment 06. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places. � � � � �2. Complete Provision at Attachment 07, FAR 52.212-3 Alt I, paragraph (b) only. BASIS FOR AWARD Award will be made on price only to the offeror who provides the lowest Total Evaluated Price, who is determined to be responsible and who is compliant with all the requirements of this Solicitation. Total Price is calculated as the total sum of CLINS 0001, 0002, and 0003. 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 - Drawing 3976AS118 Rev C End Cap Attachment 02 - Material Specification ASTM D3935 End Cap Attachment 03 - Certified Material Test Report Attachment 04 - Technical Data Package Instructions Attachment 05 � Lot Number Instructions Attachment 06 � Pricing Sheet Attachment 07 - FAR 52.212-3, Reps and Certs DEADLINE FOR SUBMISSION Offers are due on September 13, 2022, no later than 12:30 pm Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist, beatrix.r.hintzke.civ@army.mil and Contracting Officer, cindy.k.wagoner.civ@army.mil. Offerors shall include �W52P1J-22-Q-76GF - 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. 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 52.204-7- System for Award Management FAR 52.204-16- Commercial and Government Entity Code Reporting FAR 52.204-22 - Alternative Line Item Proposal FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, as prescribed in 4.2105(a). FAR 52.207-2 - Notice of Streamlined Competition FAR 52.212-1- Instructions to Offerors�Commercial Products and Commercial Services FAR 52.212-3 Alt I, Attachment 07 - Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I FAR 52.252-1 - Solicitation Provisions Incorporated by Reference FAR 52.252-3 - Alterations in Solicitation FAR 52.252-5 - Authorized Deviations in Provisions 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 252.213-7000 - Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations DFARS 252.215-7013 - Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.225-7055 � Representation Regarding Business Operations with the Maduro Regime DFARS 252.246-7005 - Notice of Warranty Tracking Of Serialized Items 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 52.203-12 - Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-13 - System for Award Management Maintenance FAR 52.204-18 - Commercial and Government Entity Code Maintenance FAR 52.204-19 - Incorporation by Reference of Representations and Certifications FAR 52.204-23 - Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-25 - Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-4 - First Article Approval�Government Testing FAR 52.209-4 Alternate 1- First Article Approval�Government Testing FAR 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations 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 ����������� � ����������� Within 52.212-5 the following clauses apply: ����������� ����������� � ���������__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) ( 41 U.S.C. 4704 and 10 U.S.C. 2402). ����������� __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509)). ����������� __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ����������� _x_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note). ����������� __ (5) [Reserved]. ����������� __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ����������� __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ����������� _x_ (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) ( 31 U.S.C. 6101 note). ����������� __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) ( 41 U.S.C. 2313). ����������� __ (10) [Reserved]. ����������� __ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Sep 2021) ( 15 U.S.C. 657a). ����������� __ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Sep 2021) (if the offeror elects to waive the preference, it shall so indicate in its offer) ( 15 U.S.C. 657a). ����������� __ (13) [Reserved] ��������� _x_ (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644). ���������������� �__ (ii) Alternate I (Mar 2020) of 52.219-6. ��������� __ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644). ����������������� __ (ii) Alternate I (Mar 2020) of 52.219-7. ����������� __ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) ( 15 U.S.C. 637(d)(2) and (3)). ��������� __ (17) (i) 52.219-9, Small Business Subcontracting Plan (Nov 2021) ( 15 U.S.C. 637(d)(4)). ����������������� __ (ii) Alternate I (Nov 2016) of 52.219-9. ����������������� __ (iii) Alternate II (Nov 2016) of 52.219-9. ����������������� __ (iv) Alternate III (Jun 2020) of 52.219-9. ����������������� __ (v) Alternate IV (Sep 2021) of 52.219-9. ��������� __ (18) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) ( 15 U.S.C. 644(r)). ����������������� __ (ii) Alternate I (Mar 2020) of 52.219-13. ����������� __ (19) 52.219-14, Limitations on Subcontracting (Sep 2021) ( 15 U.S.C. 637s). ����������� __ (20) 52.219-16, Liquidated Damages�Subcontracting Plan (Sep 2021) ( 15 U.S.C. 637(d)(4)(F)(i)). ����������� __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Sep 2021) ( 15 U.S.C. 657f). ��������� _x_ (22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Sep 2021) ( 15 U.S.C. 632(a)(2)). ����������������� __ (ii) Alternate I (Mar 2020) of 52.219-28. ����������� __ (23) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Sep 2021) ( 15 U.S.C. 637(m)). ����������� __ (24) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Sep 2021) ( 15 U.S.C. 637(m)). ����������� __ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) ( 15 U.S.C. 644(r)). ����������� __ (26) 52.219-33, Nonmanufacturer Rule (Sep 2021) ( 15U.S.C. 637(a)(17)). ����������� _x_ (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). ����������� _x_ (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2022) (E.O.13126). ����������� _x_ (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ��������� _x_ (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). ����������������� __ (ii) Alternate I (Feb 1999) of 52.222-26. ��������� _x_ (31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212). ����������������� __ (ii) Alternate I (Jul 2014) of 52.222-35. ��������� _x_ (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793). ����������������� __ (ii) Alternate I (Jul 2014) of 52.222-36. ����������� _x_ (33) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212). ����������� __ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ��������� _x_ (35) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O. 13627). ����������������� __ (ii) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627). ����������� __ (36) 52.222-54, Employment Eligibility Verification (May 2022) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.) ��������� __ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA�Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ����������������� __ (ii) Alternate I (May 2008) of 52.223-9 ( 42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ����������� __ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). ����������� __ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ����� ����__ (40) (i) 52.223-13, Acquisition of EPEAT�-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ����������������� __ (ii) Alternate I (Oct 2015) of 52.223-13. ��������� __ (41) (i) 52.223-14, Acquisition of EPEAT�-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ����������������� __ (ii) Alternate I (Jun2014) of 52.223-14. ����������� __ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) ( 42 U.S.C. 8259b). ��������� __ (43) (i) 52.223-16, Acquisition of EPEAT�-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ����������������� __ (ii) Alternate I (Jun 2014) of 52.223-16. ����������� _x_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). ����������� __ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ����������� __ (46) 52.223-21, Foams (Jun2016) (E.O. 13693). ��������� __ (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a). ��� ��������������__ (ii) Alternate I (Jan 2017) of 52.224-3. ����������� __ (48) 52.225-1, Buy American-Supplies (Nov 2021) ( 41 U.S.C. chapter 83). ��������� __ (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Nov 2021) ( 41 U.S.C.chapter83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ����������������� __ (ii) Alternate I (Jan 2021) of 52.225-3. ����������������� __ (iii) Alternate II (Jan 2021) of 52.225-3. ����������������� __ (iv) Alternate III (Jan 2021) of 52.225-3. ����������� __ (50) 52.225-5, Trade Agreements (Oct 2019) ( 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). �������� ���_x_ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ����������� __ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302Note). ����������� __ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ( 42 U.S.C. 5150). ����������� __ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) ( 42 U.S.C. 5150). ����������� __ (55) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021). ����������� __ (56) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 2307(f)). ����������� __ (57) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 2307(f)). ����������� _x_ (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) ( 31 U.S.C. 3332). ����������� __ (59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) ( 31 U.S.C. 3332). ����������� __ (60) 52.232-36, Payment by Third Party (May 2014) ( 31 U.S.C. 3332). ����������� __ (61) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a). ����������� __ (62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) ( 15 U.S.C. 637(d)(13)). ��������� __ (63) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). ���� �������������__ (ii) Alternate I (Apr 2003) of 52.247-64. ����������������� __ (iii) Alternate II (Nov 2021) of 52.247-64. FAR 52.225-6- Trade Agreements Certificate FAR 52.232-1 - Payments FAR 52.232-8 - Discounts for Prompt Payment FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 - Disputes FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 - Changes�Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-1 - Termination for Convenience of the Government (Fixed-Price)(Short Form) FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-4 - Alterations in Contract FAR 52.252-6 - Authorized Deviations in Clauses DFARS 212.301 (Class Deviation 2018-O0021) - DOD Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7000 - Disclosure of Information DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7009 - Limitations on the Use or Disclosure of Third-Party Contractor Reported ��Cyber Incident Information 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 �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 252.211-7003 - Item Unique Identification and Valuation DFARS 252.215-7002 - Cost Estimating System Requirements DFARS 252.223-7008 - Prohibition of Hexavalent Chromium DFARS 252.225-7001 � Buy American Act Balance of Payments Program DFARS 252.225-7002- Qualifying Country Sources as Subcontractors DFARS 252.225-7021 (DEV 2020- O0019) � Trade Agreements DFARS 252.225-7021- Trade Agreements- Basic DFARS 252.225-7048 - Export-Controlled Items DFARS 252.225-7056 � Prohibition Regarding Business Operations with the Maduro Regime 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 DFARS 252.247-7023 - Transportation of Supplies by Sea�Basic The following clause is provided in full text FAR 52.209-4, First Article Approval-Government Testing (Sep 1989) �(a) The Contractor shall deliver 40 samples from each cavity mold of Lot/Item MJU 76/B End Caps within TBD calendar days from the date of this contract to the Government at Crane Army Ammunition Activity, 300 Highway 361 Building 148, Crane, IN 47522 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 10 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 paragraph (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) AMENDMENT 1 The purpose of Amendment 1 is to provide answers to questions received. Question 1: Is a Hot Drop with standing gate vestige acceptable on top/flat surface of part?� Response 1: This is acceptable as long as it does not interfere with the marking of ""76"" on the top surface and it meets the flashing requirements as called out on the drawing.� Question 2: Are there any part markings required? If yes, can this also be standing on part top?� Response 2: End Caps must be marked with ""76"" printed on the top surface at 1/2"" high, approximately centered. Please refer to Packaging and Marking Requirements section of solicitation Question 3: Is this a bag & tag at 251 parts per bag? Response 3: There is no requirement of 251 parts per bag. Packaging must be in accordance with ASTM 3951. It is recommended to place 2,500 parts per bag in a box. AMENDMENT 2 The purpose of Amendment 2 is to extend the combined synopsis and solicitation closing date from September 13, 2022, to September 20, 2022.� � AMENDMENT 3 The purpose of Amendment 3 is to provide answers to questions recieved.� Question 4: Will the tooling/mold need to be able to support additional part runs in the future? Response 4: The molds need to be able to support additional part runs in the future, either by Crane Army Ammunition Activity or other flare manufacturers.� AMENDMENT 4 The purpose of Amendment 4 is to extend the combined synopsis and solicitation closing date from September 20, 2022, to September 23, 2022.� AMENDMENT 5 The purpose of Amendment 5 is to extend the combined synopsis and solicitation closing date from September 23, 2022 to September 30, 2022 and to provide a response to a question recieved. Question 5: The material Spec on the part print shows to be a 10% glass fill that comes in a rod, plate, and bar products rather than pellets. Can you please clarify if the marterial shown on the part print is correct? Would other material work for the project? Answer 5:�Other material is not acceptable.� AMENDMENT 6 The Solicitation W52P1J-22-Q-76GF sections have been amended as follows: AMEND THE DESCRIPTION OF REQUIREMENT CLIN 0001���� FAT End Cap; Quantity 1 Lot (LO) 1 LO = 40 pieces from each (EA) mold cavity In accordance with Drawing 3976AS118 Rev C, as found in Attachment 01.� Raw material in accordance with Attachment 02 Material Specification ASTM D3935 End Cap. CLIN 0002���� Mold End Cap; Quantity 1 EA In accordance with Drawing 3976AS118 Rev C, as found in Attachment 01.� Raw material in accordance with Attachment 02 Material Specification ASTM D3935 End Cap. CLIN 0003���� End Cap, Quantity 57,500 EA In accordance with Drawing 3976AS118 Rev C, as found in Attachment 01.� Raw material in accordance with Attachment 02 Material Specification ASTM D3935 End Cap. CLIN� � �Description� � � � � � � � � � � � � � Option Ordering Period 1003� � �Option Quantity 39,600 EA� � ��July 2023 - December 2023 2003� � �Option Quantity 32,000 EA� � ��January 2024 - December 2025 3003� � �Option Quantity 14,400 EA� � ��January 2024 - December 2025 AMEND DELIVERY AND LOCATION CLIN��Description� � � � � �Suggested Delivery 0001� �FAT End Cap� � � � � 14 weeks after award 0002� �Mold End Cap� � � � �14 weeks after award 0003� �End Cap� � � � � � � � � 10,000 per month beginning four (4) weeks after FAT approval 1003��Option � End Cap� � �Four (4) weeks after Option Award; 10,000 per month following first shipment until option complete 2003��Optig first shipment until option complete CAAA will accept early deliveries. AMEND QUOTE/PROPOSAL SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: 1.� Completed Pricing Sheet at Attachment 08.� All yellow-highlighted sections shall be completed.� Prices shall be stated in two (2) decimal places. 2.� Complete Provision at Attachment 08, FAR 52.212-3 Alt I, paragraph (b) only. AMEND SOLICITATION PROVISIONS Add FAR 52.217-6 - Option for Increased Quantity Add FAR 52.217-9 - Option to Extend the Term of the Contract AMENDMENT 7 The Solicitation W52P1J-22-Q-76GF sections have been amended as follows: The purpose of Amendment 7 is to provide a response to a question received on Amendment 6 and update the Point of Contact (POC) for this action:.� Question:� Under the attachment list I do see the updated Pricing Sheet, but I do not see an update version of Attachment 7 Reps and Certs (52.212-3 Alt I) document. Response:��Complete Provision at Attachment 07, FAR 52.212-3 Alt I, paragraph (b) only.� All offerors must resubmit Attachment 07 with their new offer in order to be considered for award. The POC for this action will be Rachael S. Padavich, Contract Specialist, email:� rachael.s.padavich.civ@army.mil.� AMENDMENT 8 The purpose of this Amendment is to extend the closing date to December 21, 2022. All other terms, conditions, and provision remain the same.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e528f52aed084d82991fb52435b13100/view)
 
Record
SN06543895-F 20221216/221214230109 (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.