SOLICITATION NOTICE
34 -- Four petal Sabot Launch Packages - Drawings - Salient Characteristics
- Notice Date
- 9/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332710
— Machine Shops
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-18-R-0092
- Archive Date
- 9/22/2018
- Point of Contact
- Frankin H. Hamilton, Phone: 5756784963, Daniel J. Balizan, Phone: 5756784963
- E-Mail Address
-
franklin.h.hamilton2.civ@mail.mil, daniel.j.balizan.civ@mail.mil
(franklin.h.hamilton2.civ@mail.mil, daniel.j.balizan.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Salient Characteristics Salient Characteristics Drawings COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 34 2. NAICS Code: 332710 3. Subject: Four petal Sabot Launch Packages 4. Solicitation Number: W911QX-18-R-0092 5. Set-Aside Code: 100% SMALL BUSINESS 6. Response Date: 07 September 2018 7. Place of Delivery/Performance: U.S. Army Research Laboratory Aberdeen Proving Ground, MD 21005-5066 8. (i) This is a combined synopsis/solicitation for commercial items 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. (ii) The solicitation number is W911QX-18-R-0092. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 (iv) This acquisition is set-aside for Small Business. The associated NAICS code is 332710. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 00001 - Sabot Launch Packages to including shipping cost. (vi) Description of requirements: 1. 500 each, four petal sabots per attached Army Research Laboratory Drawing number 140114 a. Material shall be polypropylux 944 or Homopolymer Polypropylene b. Outside and inside diameters shall be parallel and concentric within 0.003" T.I.R. (Total Indicator Readout) c. Linear tolerances shall be +/- 0.020" unless otherwise noted d. The four petals shall be held together with two wraps of tape in the tape bands upon completion 2. 500 each, four petal sabots per Army Research Laboratory (ARL) Drawing number 200026 a. Material shall be polypropylux 944 or Homopolymer Polypropylene b. Outside and inside diameters to be parallel and concentric within 0.003" T.I.R. (Total Indicator Readout) c. Linear tolerances shall be +/- 0.020" unless otherwise noted d. The four petals shall be held together with two wraps of tape in the tape band upon completion 3. 1,000 each, Obturators per Army Research Laboratory (ARL) Drawing number 95009 a. Material shall be polypropylux 944 or Homopolymer Polypropylene b. All outside diameters to be parallel and concentric within 0.003" T.I.R. (Total Indicator Readout) c. Linear tolerances shall be +/- 0.020" unless otherwise noted d. Bottom of cavity shall be square with center axis of cavity within +/-/0.002" The drawing is included as an attachment to this solicitation. (vii) Delivery is required by 60 Days After Date of Contract (ADC). Delivery shall be made U.S. ARMY Research Laboratory, Shipping & Receiving 6375 Johnson RD, Building 321, Aberdeen Proving Ground MD 21005. Acceptance shall be performed at Government. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because these items are commercial in nature and therefore, anyone in the market place would be able to satisfactorily provide them. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) DFAR: 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY2011) 252.225-7000, BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7035, BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7036 Alt I, BUY AMERICAN--FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.225-7048, EXPORT-CONTROLLED ITEMS (JUNE 2013) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) ACC-APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATION RECEIVING ROOM - APG EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE PAYMENT TERMS AMC-LEVEL PROTEST PROGRAM (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A}. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 07 September 2018, by 5:00 PM Eastern Standard time (EST), via email to Franklin Hamilton, franklin.h.hamilton2.civ@mail.mil. Please reference solicitation W911QX-18-R-0092 on any correspondence. (xvii) For information regarding this solicitation,, please contact Franklin Hamilton, franklin.h.hamilton2.civ@mail.mil, CC Daniel Balizan, daniel.j.balizan.civ@mail.mil. Please reference solicitation W911QX-18-R-0092 on any correspondence
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4067de02e05dd710987162f6ecf791a8)
- Place of Performance
- Address: Contractor facility, United States
- Record
- SN05074219-W 20180907/180905231711-4067de02e05dd710987162f6ecf791a8 (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 |