MODIFICATION
23 -- Bracket, Tail Lamp Housing
- Notice Date
- 10/9/2012
- Notice Type
- Modification/Amendment
- NAICS
- 335129
— Other Lighting Equipment Manufacturing
- Contracting Office
- ACC - Warren (ACC-WRN)(JMTC-RIA), Rodman Avenue Bldg 210, 1 Rock Island Arsenal, Rock Island, IL 61299-5000
- ZIP Code
- 61299-5000
- Solicitation Number
- W52H1B222001T3
- Response Due
- 10/15/2012
- Archive Date
- 12/14/2012
- Point of Contact
- Jessica Phillips, 309-782-2001
- E-Mail Address
-
ACC - Warren (ACC-WRN)(JMTC-RIA)
(jessica.m.phillips@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- **The purpose of this amendment/modification is to extend the closing date to 15 OCT 2012. Please see paragraph xv.** COMBINED SYNOPSIS/SOLICITATION (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The combined synopsis/solicitation number is W52H1B222001T3. The solicitation is issued as a request for quotation (RFQ). The Government contemplates award of a Firm Fixed Price contract. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register online at www.SAM.gov. (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-61. (iv)This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 335129 and the Business Size Standard is 500. (v) This combined synopsis/solicitation is for the following commercial item(s): 0001 ITEM: Bracket, Tail Lamp Housing UNIT OF MEASURE: ea QUANTITY: 90 (vi) Description of Requirement: 0001 See drawing 12347575 Rev E (For Copy of drawing email Jessica Phillips, Jessica.m.phillips@us.army.mil) Export Control Applies This solicitation may contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et. seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C, App. 2401 et. seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. This also applies to distribution of the TDP to all SUBCONTRACTORS at every level. To be eligible to gain access to export controlled TDP you must have a current DD 2345, Militarily Critical Technical Data Agreement certification on file with the Defense Logistics Information Service (DLIS). To obtain certification, go to http://www.dlis.dla.mil/jcp/, click on documents, and follow instructions provided. Processing time is estimated at three days after receipt. Upon receipt of certification, you may request the TDP. Upon completion of the purposes for which Government Technical Data has been provided, the Contractor is required to destroy all documents, including all reproductions, duplications, or copies thereof as may have been further distributed by the Contractor. Destruction of this technical data shall be accomplished by: shredding, pulping, burning, or melting any physical copies of the TDP and/or deletion or removal of downloaded TDP files from computer drives and electronic devices, and any copies of those files. W52H1B222001T3 (vii) Delivery Date: 14 days ADC Acceptance: Destination. FOB: Destination to Rock Island, IL 61299 (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) FAR 52.212-2, Evaluation - Commercial Items. All offerors must carefully review the delivery requirement in the request for quote or solicitation. When submitting an offer/bid, please ensure that you can meet the delivery schedule. On time delivery is very critical. Therefore, offerors must adhere to the delivery requirements indicated in any resultant award. Failure to comply with the contractual delivery schedule, may result in termination of the order or require consideration if the government elects to extend delivery. The Government is not required to extend your delivery schedule if you encounter delays. The non-availability of raw materials, subcontractor issues, scheduling conflicts, etc., should be considered at the time you are submitting your offer/bid. They are not acceptable excuses for failing to meet the delivery after award. Ensuring that you can provide quality products that conform to the contract is just as important as meeting the required delivery schedule. Delivery of non-conforming products results in delivery delays and increased costs to the Government. Please note that if you receive this award, your performance under this contract (including timeliness of deliveries and the quality of supplies/services delivered) will be monitored and recorded by this contracting office. This information may be used to determine a record of past performance for future contract awards. Contractors/offerors that are concerned about their record of past performance may contact this office if they wish to view and discuss their records. EVALUATION OF AWARD (1) Price: The Government will evaluate quotes based on prices quoted in the paragraph (v) of this solicitation. (2) Past Performance: This factor will be based on information obtained from any sources available to the JMTC Contracting Office, including the PD2 Vendor Performance Database for the JMTC Contracting Office, the Past Performance Information Retrieval System- Statistical Reporting (PPIRS-SR) and other records maintained by the JMTC Contracting Office or other agencies. Data maintained by this contracting office may include an offeror's record of performance on previous contracts issued by this contracting office. Quotes received from vendors with no past performance history information will be evaluated based on information obtained from various sources, such as contracting agency experience with the contractor, previous contract history available from DCMA, etc. The Government does not intend to discuss any negative Past Performance data with offerors, if that data is contained in the JMTC contracting office's own records on past contract performance, or PPIRS-SR database. The Government intends to make a single award to the offeror whose proposal represents the best value to the Government, based on an integrated analysis of each offeror's Past Performance and Price. The final award decision will be a trade-off between Past Performance and price, with the Past Performance factor being more important than price. The Government will develop a Past Performance rating for each offeror, based on the Past Performance information described above. This may include numerically-generated scores (such as PPIRS-SR), narrative information contained in this contracting office's own databases, or descriptions provided by references. The contracting officer will analyze this information and develop an adjectival rating, going from "Low Risk" to "Medium Risk" and finally "High Risk". Offerors who have no past performance information will be assigned a "Neutral Risk" rating. The contracting officer will perform a trade-off analysis based on the assigned Past Performance rating and price for each proposal. In determining the best value to the Government, award may be made to other than the lowest-priced proposal. While the Past Performance factor is more important than price, the price factor may become controlling as Past Performance ratings tend to equalize. INSTRUCTIONS FOR QUOTE SUBMISSION The Government intends to make an award based on a best value basis. This process will involve a trade-off analysis, if applicable, between Price and Performance Risk. This may result in award to other than the low quote and/or other than the highest rated (best performance risk) quote. For the evaluation of Performance Risk, the Government will obtain information from the any sources available to the JMTC Contracting Office, including the PD2 Vendor Performance Database for the JMTC Contracting Office, the Past Performance Information Retrieval System- Statistical Reporting (PPIRS-SR) and other records maintained by the JMTC Contracting Office or other agencies. You are not required to submit any additional information on Performance Risk. The Government does not intend to discuss performance risk information with the offerors. FAR 30.202-1(a) DISCLOSURE STATEMENT FORM Disclosure Statement, Form CASB-DS-1, is not included in this solicitation package. Any offeror meeting the criteria for concurrent submission of the Disclosure Statement, who has not previously received the form from another Government source, will immediately contact the cognizant ACO (See DOD Directory of Contract Administration Components (DOD 4105.59H)) to obtain a copy of the form. If the form is not promptly made available by the ACO, the offeror will immediately so advise the PCO, who will provide one copy of the form. Offeror will be responsible for reproducing the complete form in sufficient number of copies required for submission. No extension of the closing date of the solicitation will be granted on account of the requirement for submission of the Disclosure Statement. (x) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition please include a completed copy of the provision with your quote. (The full text of this clause may be accessed electronically at this address: http://farsite.hill.af.mil.) (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5(dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) applies to this acquisition. (xiii) The following clauses and/or provisions apply to this acquisition: The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. The following provisions and clauses will be incorporated by reference: 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.211-15 Defense Priority and Allocation Requirements 52.211-17 Delivery of Excess Quantities 52.215-5 Facsimile Proposals (Fax to 309-782-6727) 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-3 Hazardous Material Identification and Material Safety Data 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Dev) 52.233-3 Protest After Award 52.246-2 Inspection of Supplies - Fixed Price 52.246-16 Responsibility for Supplies 52.247-34 FOB Destination The following additional DFAR clauses cited in this clause are applicable: 252.204-7000 Disclosure of Information 252.204-7003 Control of Government Personnel Work Product 252.204-7004 (ALT A) Required Central Contractor Registration - Alternate A 252.211-7003 Item Identification and Valuation 252.212-7000 Offeror Representations and Certifications - Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) (DEVIATION) 252.223-7001 Hazard Warning Labels 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment request and Receiving Reports 252.225-7000 Buy American Act - Balance of Payments Program Certificate 252.225-7001 Buy America and Balance of Payment Program Export Control Clauses: 52.204-2 Security Requirements 252.204-7008 Export Controlled Requirements 252.209-7001Disclosure of Ownership or Control by the Government of a Terrorist Country 252.225-7002 Qualifying Country Sources as Subcontractors The following clauses are provided in full text: 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.0000-4001 CLAUSES/SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) (FAR 52.252-1/52.252-2) This solicitation incorporates one or more clauses and/or solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a clause or solicitation provision may be accessed electronically at these addresses: http://farsite.hill.af.mil/; http://www.arnet.gov/far/; http://akss.dau.mil/jsp/default.jsp; http://home.ria.army.mil/sites/ctclauses/riaclaus.htm. (End of clause/provision) 52.0000-4002 SHIPPING/DELIVERY INSTRUCTIONS AND INFORMATION (OCT 2007) 1. THE COMPLETE 13-DIGIT PURCHASE ORDER, DELIVERY ORDER, OR CONTRACT NUMBER (The Number that starts with W9098S----) MUST BE ON THE OUTSIDE OF THE SHIPPING CONTAINER. This number must also appear on all packing slips, invoices, bills, or any communications regarding this order. 2. A Packing List must be included with each shipment. 3. Any excess quantity delivered, that is not covered by a Variation in Quantity clause, is subject to rejection. 4. SHIPMENT OR DELIVERY TO ANY ADDRESS OTHER THAN THE "SHIP TO" ADDRESS DESIGNATED IN THE PURCHASE ORDER/DELIVERY ORDER/CONTRACT (Block 14 of the DD1155, Block 15 of the SF1449, or Block 11 of the SF 26) MAY RESULT IN A DELAY IN PAYMENT. 5. ANY CHANGE IN THE "SHIP TO" ADDRESS MUST BE APPROVED BY A WRITTEN CONTRACT MODIFICATION FROM THE CONTRACTING OFFICER. 6. Information from FAR clause 52.232-25, Prompt Payment (FEB 2002), Paragraph (a)(5)(i): For the sole purpose of computing an interest penalty that might be due the Contractor, Government acceptance is deemed to occur constructively on the 7th day (unless otherwise specified in this contract) after the Contractor delivers the supplies or performs the services in accordance with the terms and conditions of the contract, unless there is a disagreement over quantity, quality, or Contractor compliance with a contract provision. If actual acceptance occurs within the constructive acceptance period, the Government will base the determination of an interest penalty on the actual date of acceptance. The constructive acceptance requirement does not, however, compel Government officials to accept supplies or services, perform contract administration functions, or make payment prior to fulfilling their responsibilities. (End of Provision) 52.0000-4003 SAFETY & SECURITY NOTICES (JUL 2005) ARSENAL ISLAND SAFETY REQUIREMENTS 1. All Contractors and Contractor personnel coming on to Arsenal Island must comply with the Rock Island Arsenal/Joint Manufacturing and Technology Center (RIA/JMTC), other Arsenal Island safety requirements and all federal, state, and local safety laws and regulations. 2. Contractors must provide their employees with, and the employees must use, all required safety equipment necessary for the work they are performing and/or the areas they are in. 3. This includes safety glasses, safety shoes, proper clothing, proper protective equipment and rigging. 4. All drivers on Arsenal Island must use seatbelts at all times when driving a motor vehicle. 5. If in doubt about any safety requirements, contact the Safety Office, AMSTA-RI-SF, 309-782-0207. PHOTOGRAPHIC EQUIPMENT RESTRICTIONS Reference: Commander's Policy Memo A-23, 18 March 2004. There are restrictions on the use of photographic devices in all non-public areas of Arsenal Island. This includes digital cameras, cell phones and PDAs with cameras. You must get permission from the Security and Intelligence Division, AMSTA-RI-FPS, second floor, bldg. 102, 309-782-2871, to use any type of photographic device in any non-public area on Arsenal Island. (End of Notices) 52.0000-4148 COMMERCIAL PACKAGING, PACKING AND MARKING INSTRUCTIONS (OCT 1990) (a) Material shall be prepared and packed for shipment in accordance with standard commercial practice (Level C) sufficiently protected to arrive in good condition. (b) Marking of Shipments. In addition to markings required for transportation, shipping labels and documents shall include the contract or purchase order number. Individual piece markings shall comply with industry standards. (End of clause) 52.0000-4834 AMC-LEVEL PROTEST PROGRAM (TACOM 52.233-4503/PADDS AS7010) (JUL 2007) 1. 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: HQ, Army Materiel Command Office of Command Counsel ATTN: AMCCC-PL 9301 Chapek Road 2-1SE3401 Fort Belvoir, VA 22060-5527 Facsimile Number (703) 806-8866/8875 Voice Number (703) 806-8762 2. Packages sent by FEDEX or UPS should be addressed to: HQ, Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Fort Belvoir, VA 22060-5527 3. The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/protestlink.htm. 4. If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel at (703) 806-8762 to obtain the AMC-Level Protest Procedures. (End of clause) 52.0000-4934 DISCLOSURE OF UNIT PRICE INFORMATION (JUN 2005) 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 of the awardee 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 release prior to submission of initial proposals. (End of clause) (PADDS AS7909) (TACOM-RI 52.204-4505) 52.0000-4941 WIDE AREA WORKFLOW (WAWF) RECEIPT/ACCEPTANCE FOR SUPPLIES (RIA-JMTC) (OCT 2007) (a) To comply with the clause at 252.232-7003, "Electronic Submission of Payment Requests", the Rock Island Arsenal Joint Manufacturing & Technology Center (RIA-JMTC) contracting office uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. (b) The contractor shall register to use WAWF-RA at https://wawf.eb.mil. There is no charge to use WAWF. All questions relating to system setup and vendor training can be directed to the help desk at Ogden, UT. Their number is 1-866-618-5988. (c) The contractor is required to use WAWF (https://wawf.eb.mil) using the DODAACs and information listed below. Document Type: Invoice and Receiving Report (Combo) Issued by DODAAC: W9098S Admin by DODAAC: W9098S Inspect by DODAAC: W52H1B Ship to Code: W52H1B Pay DODAAC: HQ0303 Send More Email Notifications: (d) Note: Some DODAACs will populate automatically in WAWF from your contract information stored in the Electronic Document Access (EDA) program. However, if the DODAAC in the above table is different, overwrite the WAWF download with the information in the table for that field. Some DODAACs are not yet registered in WAWF. (e) You can track your payment information by linking to the DFAS website from WAWF. The link is located at the bottom of the left side menu. Click on: Pay Status (my invoice-external link). You may use this link for assistance in completing the WAWF documentation: http://www.dfas.mil/contractorpay/electoniccommerce/ECToolBox/CreateCIRR.swf Other WAWF training is available from the WAWF main website, or directly at: http://www.wawftraining.com (End of Notice) 52.0000-4943 NOTIFICATION OF VENDOR PERFORMANCE EVALUATION (Feb 2011) This contract will be evaluated on vendor performance in the following categories: Overall, Product/Service Quality, Compliance with Contract, Delivery Schedule Met, and Performance within Price Range. A letter will be sent if performance of the contract is "Unsatisfactory" in any category. Copies of the Vendor Performance File can be requested for review. Send requests for Vendor Performance Files to the Contract Specialist listed on the first page of the solicitation/contract. (End of Notice) (xiv) The following Defense Priorities and Allocations System (DPAS) rating applies: DO-A4 for clause 52.211-14 Notice of Priority Rating for National Defense Use. (xv) The date, time, and place for submission of quotes is as follows: 15 OCT 2012 - 1500 (Local/CDT). Submit electronic offers (oral offers will not be accepted) via email Jessica.m.phillips.civ@mail.mil. Any offer received after the time set forth in this solicitation shall be late and will not be considered unless determined to be in the best interest of the government, as well as meeting the criteria set forth in FAR 52.212-1. Please provide all correspondence and/or questions pertaining to this synopsis/solicitation through email. (xvi) For further information regarding this solicitation, offerors can contact the following individual(s): Jessica Phillips, Contract Specialist, via email at jessica.m.phillips.civ@mail.mil. Rock Island Arsenal Joint Manufacturing & Technology Center Contracting Office, Attn: TARA-CT/Jessica Phillips, Rock Island, IL 61299.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/97d13004a1bd34214ba31493f6e284bc)
- Place of Performance
- Address: ACC - Warren (ACC-WRN)(JMTC-RIA) Rodman Avenue Bldg 210, 1 Rock Island Arsenal Rock Island IL
- Zip Code: 61299-5000
- Zip Code: 61299-5000
- Record
- SN02910439-W 20121011/121009233955-97d13004a1bd34214ba31493f6e284bc (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |