Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2023 SAM #8040
SOLICITATION NOTICE

81 -- MJU-67B Cushion & Cushion Top

Notice Date
11/30/2023 12:54:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326150 — Urethane and Other Foam Product (except Polystyrene) Manufacturing
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-23-Q-U67B
 
Response Due
12/29/2023 9:00:00 AM
 
Archive Date
01/13/2024
 
Point of Contact
Katherine Lawson, Bryce Willett
 
E-Mail Address
katherin.lawson7.civ@army.mil, bryce.t.willett.civ@army.mil
(katherin.lawson7.civ@army.mil, bryce.t.willett.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 W519TC-23-Q-U67B. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. The NAICS code for this procurement is 326150; the small business size standard is 750 employees. The Product Service Code is 8135. 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: Cushion FAT; Quantity 1=5 pcs. In accordance with Drawing 3122AS201 Rev.L, as found in Attachment 01 Description: -2, Anti-Static Closed Cell Foam Material: IAW Dwg. 53711-7516394 -2. - (M101) Polyethylene Foam IAW A-A-59136 - (M101) Shall be provided with Internal Anti-Static Additive Homogenized during Manufacturing Process. - (M102) Foam must not contain residual explosive blowing agents above 10% of the lower explosive limit by volume. Type: I - 14 Kg Constant Compression Creep - 32 Kg/M� (2PCF) Nominal Density Cushioning Material. Grade: B Static Dissipative Color: Pink Dimensions: Per Drawing 3122AS201 Rev. L. Item shall be in accordance with above Description, Material, Type, Grade, Color, and Dimensions. CLIN 0002: Cushion Top FAT; Quantity 1=5pcs. In accordance with Drawing 3904AS251 Rev.D, as found in Attachment 01 Description: -2, Anti-Static Closed Cell Foam Material: IAW Dwg. 53711-7516394 -2. - (M101) Polyethylene Foam IAW A-A-59136 - (M101) Shall be provided with Internal Anti-Static Additive Homogenized during Manufacturing Process. - (M102) Foam must not contain residual explosive blowing agents above 10% of the lower explosive limit by volume. Type: I - 14 Kg Constant Compression Creep - 32 Kg/M� (2PCF) Nominal Density Cushioning Material. Grade: B Static Dissipative Color: Pink Dimensions: Per Drawing 3904AS251 Rev. D. Item shall be in accordance with above Description, Material, Type, Grade, Color, and Dimensions. CLIN 0003: Cushion; Quantity 1,210 pcs See material requirements in CLIN 0001. CLIN 0004: Cushion Top; Quantity 605 pcs. See material requirements in CLIN 00002. A Certified Material Analysis is required for each item for each delivery.� See Attachment 02. JCP ACCESS OF RESTRICTED DRAWINGS DRAWING ACCESS (See additional Technical Data Package Instructions in Attachment 03) 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 Low Price Technically Acceptable (LPTA) Source Selection procedures, resulting in a single award Firm Fixed Price Contract. DELIVERY AND LOCATION CLIN�������������� Description��������������������������� Suggested Delivery Date 0001�������������� Cushion FAT����������� ����������� 4 weeks after award 0002�������������� Cushion Top FAT ��� ����������� 4 weeks after award 0003�� ����������� Cushion�������������������������������� 10 weeks after FAT approval 0004�������������� Cushion Top������������������������ 10 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). Each shipment shall be marked with an identifiable Lot Number.� This Lot Number shall be created in accordance with Attachment 04.� The Lot Number shall also be included on the Certificate of Analysis as found in Attachment 02. QUOTE/PROPOSAL SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: Price � Offerors must submit Completed Pricing Sheet at Attachment 05. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places. Completed Clause at Attachment 06 � FAR 52.204-24, paragraph (d)(1) and (d)(2) Completed Provisions at Attachment 07 � FAR 52.212-3 Alt 1, 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 Evaluated Price is calculated as: CLIN 0001 Price plus CLIN 0002 Price plus CLIN 0003 Price plus CLIN 0004 = 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 3122AS201 Rev.L, 3904AS251 Rev.D, 7516394 Rev.F, 8410905 Rev.A Attachment 02- Certified Material Analysis Attachment 03- Technical Data Package Information Attachment 04- Lot Number Instructions Attachment 05- Pricing Sheet Attachment 06- FAR 52.204-24 Attachment 07- FAR 52.212-3 Alt 1 DEADLINE FOR SUBMISSION Offers are due on December 29th, 2023 no later than 11:00 am Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist, Katherine Lawson, katherine.m.lawson7.civ@army.mil and Contracting Officer, Bryce Willett, bryce.t.willett.civ@army.mil. ���Offerors shall include �W519TC-23-Q-U67B - 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 FAR 52.204-16 -Commercial and Government Entity Code Reporting FAR 52.204-17 -Ownership or Control of Offeror FAR 52.204-20 -Predecessor of Offeror FAR 52-204-22 -Alternative Line Item Proposal FAR 52.204-24 -Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 -Covered Telecommunications Equipment or Services�Representation FAR 52.209-2 -Prohibition on Contracting with Inverted Domestic Corporations�Representation FAR 52.209-11 -Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.219-1 ALT I -Small Business Program Representations�Alternate I FAR 52.222-22 -Previous Contracts and Compliance Reports FAR 52.222-25 -Affirmative Action Compliance FAR 52.223-22 -Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation FAR 52.225-25 -Prohibition on Contracting with Entities Engaging in Certain Activities or Transaction Relating to Iran�Representation and Certifications DFARS 252.203-7005 -Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008 -Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7017 -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 252.204-7024 -Notice on the use of the Supplier Performance Risk System DFARS 252.215-7007 -Notice of Intent to Resolicit DFARS 252.215-7013 -Supplies and Services provided by Nontraditional Defense Contractors. The following provisions are provided in full text: FAR 52.204-24 � See Attachment 06 52.212-3 � See Attachment 06 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 52.203-19 � Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 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 52.204-27 � Prohibition on a ByteDance Covered Application FAR 52.209-10 � Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6 � Notice of Total Small Business Set-Aside FAR 52.222-3 � Convict Labor 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 � Combatting Trafficking in Persons FAR 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 � Restriction on Certain Foreign Purchases FAR 52.232-33 � Payment by Electronic Funds Transfer�System for Award Management 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 52.203-3 � Gratuities FAR 52.204-13 � System for Award Management Maintenance FAR 52.204-18 � Commercial and Government Entity Code Maintenance FAR 52.204-19 � Incorporate by Reference of Representations and Certifications FAR 52.204-21 � Basic Safeguarding of Covered Contractor Information Systems FAR 52.209-4 � First Article Approval�Government Testing FAR 52.211-8 --Time of Delivery�Alt I FAR 52.211-10 � Commencement, Prosecution, and Completion of Work�Alt I FAR 52.219-28 � Post-Award Small Business Program Representation FAR 52.232-39 � Unenforceability of Unauthorized Obligations FAR 52.249-1 � Termination for Convenience of the Government (Fixed-Price) (Short Form) DFARS 252.203-7000 � Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 � Control of Government Personnel Work Product 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 � NISAT SP 800-171 DoD Assessment Requirements DFARS 252.204-7022 � Expediting Contract Closeout DFARS 252.225-7048 � Export-Controlled Items DFARS 252.232-7010 � Levies on Contract Payments DFARS 252-243-7001 � Pricing on Contract Modifications DFARS 252.244-7000 � Subcontracts for Commercial Products and Commercial Services Addendum to 52.212-4 FAR 52.247-34 � F.o.b. 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 FIRST ARTICLE APPROVAL-GOVERNMENT TESTING (SEP 1989) (a)�The Contractor�shall�deliver�_ 1=5pcs __�unit(s) of Item�_CLIN00001 & CLIN 00002__�within�__28__�calendar days from the date of this contract to the Government at�__Crane Army Ammunition Activity�� 300 Highway 361, 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�__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 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) DFARS 252.232-7006 � Wide Area WorkFlow Payment Instructions WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) (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. _____________________Receiving Report/Invoice___________________ (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. ____________________________________________________________ (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�financing, submit a commercial�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 W519TC Admin DoDAAC** W519TC Inspect By DoDAAC W53W9L Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (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/ffedd05795ce4f99900deab8eb4f3bc6/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN06899633-F 20231202/231130230052 (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.