Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
MODIFICATION

10 -- 155mm Steel Tube Preforms

Notice Date
2/16/2023 2:39:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332111 — Iron and Steel Forging
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-23-R-0038
 
Response Due
3/6/2023 9:00:00 AM
 
Archive Date
03/21/2023
 
Point of Contact
Megan Ross, Peter Snedeker
 
E-Mail Address
megan.j.ross.civ@army.mil, peter.t.snedeker.civ@army.mil
(megan.j.ross.civ@army.mil, peter.t.snedeker.civ@army.mil)
 
Description
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-23-R-0038 is issued as a request for proposal (RFP) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2023-02. This requirement shall be competed as full and open competition under NAICS 332111. The U.S. Army Contracting Command � New Jersey (CCNJ), Picatinny Arsenal, New Jersey intends to award one (1) Firm-Fixed-Price (FFP) contract, on a competitive basis, consisting of 12 ea. Steel Tube Preforms in accordance with the following Statement of Work (SOW): � � � � � � � � � � � � Statement of Work for 155mm Steel Tube Preforms 1. Background: The Government has a requirement to purchase 12 ea. 155mm Steel Tube Preforms. The Steel Tube Preform has a 17.75-inch outer diameter, 6.5-inch inner diameter, and 157-inch length. to support 155mm Cannon testing in Fiscal Year 2023. 2. Applicable Documents: Drawing #� � � � � � � � � � � � � � � Revision� � � � �Date (YYYY-MM-DD)� � � � � � � � � � � � � Title 1NUW7-BL-56919� � � � � � � � � � � A� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ROTARY FORGE PREFORM 19206-11579247� � � � � � � � � � � � D� � � � � � � � � � � � 1992-10-14� � � � � � � � � ULTRASONIC EXAMINATION WVA Form 702-61-R-E� � � � � � �N/A� � � � � � � � � � �2016-03-16� � � � � � � � �INSPECTION STATEMENT WVA Form 715-14� � � � � � � � � � �N/A� � � � � � � � � � �1993-07-08� � � � � � � � � VENDOR CERTIFICATION 3.�� �Requirements: a.�� �If the contractor intends to subcontract the manufacture of a casting/forging required by this solicitation, the solicitation response shall indicate by whom the basic casting/forging will be furnished by. After award of a contract, any change of this subcontractor shall not be made without prior approval of the contracting officer. b.�� �The Contractor shall manufacture, test, inspect, package, and deliver 12 ea. 155mm Steel Tube Preforms in accordance with the Government�s Technical Data, this Statement of Work, and the contract terms and conditions. c.�� �Quality: i.�� �The contractor shall submit the following: 1.�� �Inspection Records in accordance with CDRL A001 2.�� �Vendor Certification of Preforms in accordance with CDRL A002 3.�� �Certificate of Conformance (COC) in accordance with CDRL A003 4.�� �Inspection Records, Production Components in accordance with A004 5.�� �Ultrasonic Inspection Procedures in accordance with CDRL A005 d.�� �Technical Data Changes: The Contractor may submit change requests to the Government. Changes shall be submitted using DD1692 and DD1695. The Government Configuration Control Board (CCB) will review and disposition the Contractor initiated request within ten (10) business days. e.�� �Prolongation Forging Method � Contractor Testing: i.�� �The contractor shall produce, inspect, and test prolongations per ROTARY FORGE PREFORM, Drawing 1NUW7-BL-56919. The number of prolongations produced shall be in accordance with Note 9. ii.�� �The contractor shall submit the prolongation forging method test report within 150 calendar days from the date of this contract to:� � � � � � � � � � � Shipping address: � � � � � � � � � � Watervliet Arsenal � � � � � � � � � � Watervliet, NY 12189 Marked �PROLONGATION METHOD TEST REPORT: Contract No. ______________ Lot/Item No. 0001.� Within 30 calendar days after the Government receives the test report, the contracting officer shall notify the contractor, in writing, of the conditional approval, approval or disapproval of the test. 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. iii.�� �If the prolongation is disapproved, the Contractor, upon Government request, shall repeat any or all prolongation tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another prolongation 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 then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in section (ii.) of this subsection. 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. iv.�� �If the Contractor fails to deliver any prolongation report on time, or the Contracting Officer disapproves any prolongation, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. v.�� �Unless otherwise provided in the contract, and if the approved prolongation is not consumed or destroyed in testing, the Contractor may deliver the approved prolongation as part of the contract quantity if it meets all contract requirements for acceptance. vi.�� �If the Government does not act within the time specified in paragraph (ii.) or (iii.) of this subsection, 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. vii.�� �Before prolongation 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 prolongation 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. viii.�� �The Government may waive the requirement for the prolongation test where supplies identical or similar to those called for in the schedule have been previously furnished by the contractor and have been accepted by the Government. The contractor may request a waiver. ix.�� �The Contractor shall produce both the prolongations and the production quantity at the same facility. 4.�� �Deliverables: a.�� �Data: i.� CDRL A001 � Inspection Records � Prolongation Sample (DI-NDTI-80809B (Tailored)) ii.� CDRL A002 � Vendor Certification for Preforms � (DI-MISC-80508B (Tailored)) iii.� CDRL A003 � Certificate of Conformance (DI-MISC-81356A (Tailored)) iv.� CDRL A004 � Inspection Records, Production Components (DI-NDTI-80809B (Tailored)) v.� CDRL A005 � Ultrasonic Inspection Procedures per C11579247 (DI-NDTI-80603A (Tailored)) b.�� �Hardware: CLIN/ITEM NUMBER:� 0001 NOMENCLATURE:� Prolongations of 155mm Steel Tube Preforms QUANTITY:� As required per Note 9 of 1NUW7-BL-56919-A SUBMISSION DATE(S):� Within 150 Days after contract award. CLIN/ITEM NUMBER:� 0002 NOMENCLATURE:� Production Quantity of 155mm Steel Tube Preforms QUANTITY:� Quantity shall be equal to 12 ea. 155mm Steel Tube Preforms less the total prolongation required per CLIN 0001. SUBMISSION DATE(S):� All due within 180 Days after contract award � � 5.�� �Delivery Location:� Watervliet Arsenal Watervliet, NY 12189 6.�� �Safety & Security: a.�� �Contractor will need to receive, process, store and/or generate CUI on contractor-owned Information Systems and networks (DFARS Clause 252.204-7012 applies). b.�� �Signed Memorandum Implementation of Enhanced Security Protections for Contractor Information Systems, 24Feb20): The language in the Signed Memo shall be included in the SOW/PWS that contain DFARS Clause 252.204-7012, when the contract or order: (1) Involves CTI, as described in references DoDI 5230.24 and DoDI 3200.12; or (2) Is identified in the DoD Critical Program and Technology list as directed by Section 1049 of the National Defense Authorization Act of Fiscal year 2019. c.�� �Controlled Unclassified Information (CUI): Contractor employees that will require access to CUI will follow all DoD(DoDI 5200.48) and Army policies regarding access to CUI, and the handling, storage, transmission, and destruction of CUI. Contractor employees are required to complete initial CUI training (available at https://securityhub.usalearning.gov/index.html) within 30 days of start of performance on the contract, and then annually thereafter. All CUI must be transmitted via encrypted channels such as the DoD Safe Access File Exchange (SAFE) website (https://safe.apps.mil/). � � � � � � � � � � � � (End of Statement of Work for 155mm Steel Tube Preforms) The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: FAR: 52.204-7, 52.204-13, 52.204-18, 52.204-24, 52.204-26, 52.212-3, 52.212-4, 52.212-5, 52.225-2, 52.233-1, 52.246-2, and 52.247-34. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.203-6, 52.203-19, 52.204-10, 52.204-23, 52.204-25, 52.209-6, 52.209-10, 52.219-1, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-22, 52.222-23, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.233-3, 52.233-4 and DFARS: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7012, 252.204-7014, 252.204-7015, 252.204-7002, 252.232-7010, 252.211-7003, 252.225-7001, 252.225-7012, 252.225-7036, 252.225-7048, 252.232-7003, 252.244-7000 and 252.247-7023. The following local information also applies: 1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). ""Fill-ins"" are provided on Standard Form SF33, and other solicitation documents. 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 full and open competition. The applicable NAICS code is: 332111. 5. Issuing Office U.S. Army Contracting Command - New Jersey ATTN: Megan Ross Office Symbol: CCNJ-IC Picatinny Arsenal, NJ 07806-5000 Email: megan.j.ross.civ@army.mil 6. Points of Contact for Information: Name: Megan Ross Title: Contract Specialist Email: megan.j.ross.civ@army.mil 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. COMMERCIAL PACKAGING REQUIREMENTS 1.�� �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. 1.1�� �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. 1.2�� �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. 1.3�� �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. 2.�� �Unit package 2.1�� �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. 2.2�� �Unit Package Quantity - Unless otherwise specified, the unit package quantity shall be one each part, set, assembly, kit, etc. 3.�� �Intermediate Package 3.1�� �Intermediate Packaging - The use of intermediate packaging is required whenever one or more of the following conditions exist: a.�� �The quantity is over one (1) gross of the same national stock number. b.�� �Use enhances handling and inventorying. c.�� �The exterior surface of the unit pack is a barrier bag. d.�� �The unit pack is less than 64 cubic inches. e.�� �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. 4.�� �Packing 4.1�� �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. 4.2�� �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. 5.�� �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. 6.�� �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. 7.�� �Hazardous Materials� 7.1�� �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). 7.2�� �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:� a.�� �International Air Transport: International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air b.�� �International Vessel Transport: International Maritime Dangerous Goods Code (IMDG) c.�� �Domestic Transport: Code of Federal Regulations (CFR) Title 49 d.�� �Military Air Transport: Joint Service Regulation AFMAN24-204/TM38-250/NAVSUP PUB 505/MCO P4030.19/DLAM 4145.3. 7.3�� �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. 7.4�� �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.� 8.�� �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. 9.�� �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. PACKAGING AND MARKING Commercial Packaging shall apply to this procurement (see below). BAR CODE REQUIREMENT: 2D Bar Codes NOT REQUIRED DELIVERY ADDRESS:� Watervliet Arsenal Watervliet, NY 12189 ESTIMATED WEIGHT OF THE ITEM IN ITS SHIPPING CONTAINER: Greater than 2,500 pounds but less than 30,000 pounds� SECURITY CLASSIFICATION OF THE ITEM TO BE SHIPPED: Unclassified DOT CONTAINER MARKING: Non Hazardous (No DOT Marking Required) TRANSPORATION SECURITY CATEGORY FOR ARMS, AMMUNITION OR EXPLOSIVES (AA&E) AS CATEGORIZED IN DOD 5100.76-M: Item is not AA&E GOVERNMENT FURNISHED PROPERTY (GFP): No GFP Provided GOVERNMENT PROCUREMENT QA ACTIONS: INSPECTION Government Procurement Quality Assurance (PQA) actions will be accomplished by the Government Quality Assurance Representative (QAR) at: ORIGIN GOVERNMENT PROCUREMENT QA ACTIONS: ACCEPTANCE Acceptance of supplies will be at: DESTINATION DELIVERY SHALL BE FOB 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, AMC-Level 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: Address: 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@army.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://www.acquisition.gov/ Local Clauses � http://procnet.pica.army.mil/references/Clauses/locals.htm FAR 52.212-1 � Proposal Submission Instructions 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 represented 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 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 (CCNJ) ATTN: Megan Ross Picatinny Arsenal, New Jersey 07806-5000 Email: megan.j.ross.civ@army.mil FAR 52.212-2 � Proposal Evaluation 1.0�� �Basis for Award The Government�s selection for an awardee will be made on the basis of the lowest priced proposal (including product sample) meeting or exceeding the acceptability standards for the non-cost factors in accordance with FAR 15.101-2, lowest price technically acceptable source selection process. The purchase order will be awarded to the offeror who is deemed responsible by the Contracting Officer, in accordance with the General Standards for contractor responsibility at FAR 9.104-1, and whose proposal conforms to all of the solicitation�s requirements (including stated terms, conditions, representations, certifications, and all other information) and is assessed, based on the evaluation factors below, to represent the lowest price technically acceptable. 2.0�� �Evaluation Factors and Evaluation Approach All proposals (including product samples) will be evaluated in a fair and consistent manner. All proposals will be subject to evaluation by a team of Government personnel. The offeror whose proposal is determined to provide the lowest priced proposal that meets the acceptability standards for non-cost factors will be awarded the purchase order. The Government may reject any proposal that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low priced when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. The Government reserves the right to award based on initial proposals. The Government intends to evaluate proposals and award the purchase order without discussions with the offerors (except clarifications as described in FAR 15.306). However, the Government reserves the right to conduct discussions and request proposal revisions if it is determined to be in the best interest of the Government. Factor 1 � Technical� The proposals will be evaluated based on the criteria established in this solicitation as follows. Technical Approach: The offeror�s proposal shall demonstrate a thorough understanding and must clearly meet the minimum requirements of the solicitation, in accordance with the Statement of Work (SOW), in order to achieve an Acceptable rating in the Technical factor. Offerors are required to provide a brief (no more than 2 pages) capability statement to include equipment/facilities description, quality assurance practices and any other relevant process capabilities. The statement must demonstrate how or why the contractor is able to meet the following minimum requirements below: Items and Quantity to be delivered shall meet the following requirements: Item: 155mm Steel Tube Preforms made to drawing BL-56919-A Outer Diameter (OD): 17.75-inches Inner Diameter (ID): 6.5-inches Length: 157-inches Quantity: Twelve (12) ea. Due: One hundred eighty (180) days after contract award Delivery Location: Watervliet Arsenal Watervliet, NY 12189 Vendors Quotes will be rated either �Acceptable� or �Unacceptable�. Vendors must meet ALL listed requirements to receive an �Acceptable� rating. If a quote does not meet ALL listed requirements, the quote will receive an �Unacceptable� Rating and will not be considered any further.� TECHNICAL ACCEPTABLE/UNACCEPTABLE RATINGS Rating� � � � � � � � � � �Definition Acceptable� � � � � � Proposal clearly meets the listed minimum requirements � � � � � � � � � � � � � � � � � of the solicitation. Unacceptable� � � Proposal does not clearly meet the minimum requirements � � � � � � � � � � � � � � � � � of the solicitation. Factor 2 - Price 1. The Total Evaluated Price will be determined by summing the price proposed on each Line Item. This Total Evaluated Price will then be evaluated for reasonableness in accordance with price analysis techniques at FAR 15.404-1(b). Price will not be scored. 2. An offeror must propose on all Line Items to be considered for award. Unit pricing shall be listed with extended costs for each item. 3. Adequate competition is anticipated for this purchase order. However, in the event that only one offer is received, the Government reserves the right to perform a cost analysis in accordance with (IAW) FAR 15.404-1(c). Therefore, in instances when only one offer is received and the proposal is $2,000,000 or more, the Contracting Officer shall obtain Certified Cost or Pricing Data. Offers under $2,000,000.00 require cost or pricing data, but such cost or pricing data is not required to be certified by the offeror. Cost or Pricing Data or Other than certified cost or pricing data shall be provided upon request IAW FAR 15.403. This information will be evaluated for magnitude and reasonableness and may be adjusted from a technical and cost perspective using cost analysis to determine the most probable cost to the Government. Offerors shall utilize a Microsoft Excel file format with formulas intact when submitting their Price/Cost proposal (FAR 15.403-5(b)(1)). 4. Price/Cost Inconsistencies: A proposal is presumed to represent an offeror�s best effort to respond to the solicitation. Each initial proposal should contain the offeror�s best terms for award for this purchase order. Any inconsistencies in performance or price should be explained in the proposal. Any significant inconsistencies, if unexplained, raise a fundamental issue of the offeror�s understanding of the nature and scope of work required and its financial ability to perform the contract, and may be grounds for rejection of the proposal. The technical documentation for this procurement is Distribution D � distribution authorized only to the Department of Defense (DoD) and U.S. DoD Contractors. For purposes of this solicitation, the drawings may be provided upon request following receipt and approval of the following completed and signed documents: (1) DD Form 2345 � Military Critical Technical Data Agreement; (2) AMSTA-AR Form 1350 � Technical Data Request Questionnaire; and (3) a Non-Disclosure Agreement (NDA). The documents shall be submitted to the points of contact below. Please complete provision 52.212-3, Offeror Representations and Certifications � Commercial Items; OR indicate that your company�s representations and certifications are current and available via www.SAM.gov. Primary Point of Contact: Megan Ross; megan.j.ross.civ@army.mil. Proposals must be received NO LATER than MONDAY, 06 MARCH 2023, 12:00 EST. Confirmation of receipt of transmission by Government by the date/time specified for receipt of proposal is the responsibility of the offeror.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/799a2f79d61f44fbb7548dcc0c425ae6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06593407-F 20230218/230216230111 (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.