SOLICITATION NOTICE
13 -- Obturators - Obturator Drawings
- Notice Date
- 7/16/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- PANROC18P0000066212
- Point of Contact
- Matthew J. Kopel, Phone: 3097827888, Katelyn Coon, Phone: 309-782-3309
- E-Mail Address
-
matthew.j.kopel.civ@mail.mil, katelyn.m.coon.civ@mail.mil
(matthew.j.kopel.civ@mail.mil, katelyn.m.coon.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Obturator 12993648 Obturator Drawing 12993647 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. The combined synopsis/ solicitation number is PANROC-18-P-0000066212 is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. The Government contemplates award of a Firm-Fixed Price Contract for Obturator Band, 1M F/Projectile 155MM M549/M549A1, PN 12993647; NSN 1320014815492. This acquisition will be set aside 100% for small businesses and the associated NAICS code is 332993 with a size standard of 1500. NOTES to Offerors: Offers shall note the delivery date for items offered. Acceptance shall be at destination. Shipping shall be FOB Destination to: XR W0L7 ANNISTON MUNITIONS CENTER TRANS OFFICER CL V 7 FRANKFORD AVE BLDG 380 ANNISTON, AL, 36201-4199 Description of the Requirement: CLIN 0001: Obturator Band, 1M F/Projectile 155MM M549/M549A1, PN 12993647; NSN 1320014815492. Quantity: 47,000 Each Unit Price: ________ Total Amount: _________3 Deliveries are due 31 Jan 2019. The following provisions and clauses will be incorporated by reference: 52.246-2 Inspection of Supplies- Fixed -Price 52.246-1 Contractor Inspection Requirements 52.246-16 Responsibility for Supplies 52.242-17 Government Delay of Work 252.232-7006 Wide Area Workflow Payment Instructions - Pay Official DoDAAC TBD Issue By DoDAAC W52P1J Admin DoDAAC TBD Inspect By DoDAAC TBD Ship To Code W31G1Z Ship From Code TBD Mark For Code W31G1Z Service Approver (DoDAAC) TBD Service Acceptor (DoDAAC) TBD Accept at Other DoDAAC Not Applicable LPO DoDAAC Not Applicable DCAA Auditor DoDAAC Not Applicable Other DoDAAC(s) Not Applicable 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country 252.223-7004 Drug-Free Work Force 252.225-7030 Restriction on Acquisition of Carbon, Alloy, and Armor Steel Plate 252.232-7003 Electronic Submission of Payment Request and Receiving Reports 252.243-7001 Pricing of Contract Modifications 252.246-7000 Material Inspection and Receiving Report 252.225-7007 Prohibition on Acquisition of United States Munitions List items from Communist Chinese Military companies 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract- Related Felonies 252.204-7003 Disclosure of Information 252.231-7000 Control of Government Personnel Work Product 252.232-7010 Levies on Contractor Payments 252.203-7000 Requirements relating to Compensation of Former DOD Officials 252.203-7002 Requirement to inform Employees of Whistleblower Rights 252.225-7008 Restriction on Acquisition of Specialty Metals 252.247-7028 Application for U.S. Government Shipping Documentation/Instructions 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7005 Substitutions for Military or Federal Specifications and Standards 52.203-3 Gratuities 52.203-5 Covenant Against Contingent Fees 52.203-6 Restrictions on Subcontract Sales to the Government 52.203-7 Anti-Kickback Procedures 52.203-8 Cancellation Rescission, and Recovery of Funds for Illegal or Improper Activity 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.204-4 Printed or Copied Double-sided on Post Consumer Fiber Content paper 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-5 Material Requirements 52.215-8 Order of Precedence-Uniform Contract Format 52.222-3 Convict Labor 52.222-4 Contract Work Hours and Safety Standards-Overtime Compensation 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-26 Equal Opportunity 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES 52.222-26 EQUAL OPPORTUNITY 52.222-50 COMBATING TRAFFICKING IN PERSONS 52.223-6 DRUG-FREE WORKPLACE 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-1 PAYMENTS 52.232-8 DISCOUNTS FOR PROMPT PAYMENT 52.232-11 EXTRAS 52.232-23 ASSIGNMENT OF CLAIMS (MAY 2014) -- ALTERNATE I 52.232-25 PROMPT PAYMENT 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER--SYSTEM FOR AWARD MANAGEMENT 52.233-1 DISPUTES 52.233-3 PROTEST AFTER AWARD 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM 52.243-1 CHANGES--FIXED PRICE 52.247-15 CONTRACTOR RESPONSIBILITY FOR LOADING AND UNLOADING 52.247-68 REPORT OF SHIPMENT (REPSHIP) 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) 52.253-1 COMPUTER GENERATED FORMS 52.202-1 DEFINITIONS 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS 52.219-13 NOTICE OF SET-ASIDE OF ORDERS 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS 52.224-3 PRIVACY TRAINING 52.246-17 WARRANTY OF SUPPLIES OF A NON-COMPLEX NATURE 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES 52.252-2 CLAUSES INCORPORATED BY REFERENCE 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONs 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS 252.217-7026 IDENTIFICATION OF SOURCES OF SUPPLY 252.215-7007 NOTICE OF INTENT TO RESOLICIT 252.215-7008 ONLY ONE OFFER 252.215-7013 SUPPLIES AND SERVICES PROVIDED BY NONTRADITIONAL DEFENSE CONTRACTORS 5152.233-5900 (C-JTSCC) AGENCY PROTEST PROGRAM 52.215-1 INSTRUCTIONS TO OFFERORS-COMPETITIVE 52.247-45 F.O.B. ORIGIN AND/OR F.O.B. DESTINATION EVALUATION 52.204-7 SYSTEM FOR AWARD MANAGEMENT 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING 52.204-22 ALTERNATIVE LINE ITEM PROPOSAL 52.216-1 TYPE OF CONTRACT 52.233-2 SERVICE OF PROTEST 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE 52.214-20 BID SAMPLES-- ALTERNATE I (MAY 2002) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF SUPPLIER PERFORMANCE RISK SYSTEM IN PAST PERFORMANCE EVALUATIONS The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Proposals must be signed, dated and received by 3:00 PM EST August 17, 2018 via email to Matthew Kopel: matthew.j.kopel.civ@mail.mil and Katelyn Coon: katelyn.m.coon.civ@mail.mil All Offerors must be System for Award Management (SAM) registered and must be activated. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Offerors that fail to furnish the required representation information via submission or SAM registration, or reject the terms and conditions of the RFP, may be excluded from consideration. Email proposals shall be sent to both points of contact not later than the date and time stated above. No facsimile or mailed proposals will be accepted. For questions concerning this request, please contact Matthew Kopel, Contract Specialist, via email at matthew.j.kopel.civ@mail.mil. Please provide any questions (in writing) no later than August 6, 2018 at 1:00 PM EST. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e272d1162f96a3fac16f7893088fd91d)
- Record
- SN04993690-W 20180718/180716231301-e272d1162f96a3fac16f7893088fd91d (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 |