SOLICITATION NOTICE
93 -- Polyethylene Foam Inserts - Attachment 001 - Certified Material Test Report
- Notice Date
- 10/30/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326150
— Urethane and Other Foam Product (except Polystyrene) 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
- W52P1J-20-T-FIP1
- Archive Date
- 12/10/2019
- Point of Contact
- MichelleAnn G. Sanchez, Phone: 3097825454, Cindy K. Wagoner, Phone: 3097820182
- E-Mail Address
-
michelleann.g.sanchez.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(michelleann.g.sanchez.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 001 is the required Certified Material Test Report This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional informational 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 W52P1J-20-T-FIP1. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. The NAICS Code for this procurement is 326150; the size standard is 750 employees. The Federal Service Code is 9390. Offerors must be registered with the System for Award Management (SAM) database in order to receive an award against this Solicitation. The website for SAM is https://www.sam.gov DESCRIPTION OF REQUIREMENT This solicitation is issued for the following: CLIN 0001: Polyethylene Foam Inserts, Production Quantity. Produced in accordance with (IAW) Drawing 8179239 Rev. B. Quantity: 2,000 Each NOTE: This drawing is for Item -2, Insert, Foam ONLY. Item -1, Pad, Foam is not part of this order. The mentioned drawing can be located at https://www.fbo.gov/fedteds/W52P1J20TFIP1. Certified Material Test Report must be provided with each shipment to confirm compliance with Material Specifications. Material to be IAW A-A-59136. The Certified Material Test Report is located at Attachment 001 of this solicitation. Preservation, Packaging, and Packing IAW ASTM D 3951 (Commercial Packaging) TYPE OF ACQUISITON AND CONTRACT This acquisition is issued as 100% Small Business Set Aside and will be evaluated as price only. DELIVERY AND LOCATION The desired delivery dates are as follows: CLIN 0001: Production Quantity 6 Weeks after Contract Award NOTE: Early delivery is acceptable at no additional cost to the Government Delivery shall be F.O.B. Destination to: Crane Army Ammunition Activity 300 Highway 361 Bldg. 148 Crane, IN 47522 Crane receiving hours are 0700-1430 Eastern Time, Mon-Thurs BY APPOINTMENT ONLY. This includes Inert and Freight All Kind (FAK). Appointments shall be made via Carrier Appointment System (CAS). Carriers without access to the CAS System shall call 9812) 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. TECHNICAL DATA PACKAGE (TDP) Drawing 8179239 Rev. B is Distribution Level C, 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 TDP 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. Processing time is estimated at 5 working days after receipt. Firms are required to have a current valid Cage Code in order to register. Each individual requiring access to the TDP must have a Federal Business Opportunities (FBO) account. Drawing 8179239 Rev. B is available electronically for download at the following TDP link, for those who are JCP certified. https://www.fbo.gov/fedteds/W52P1J20TFIP1. Access to the drawing is restricted to the data custodian listed on the DD Form 2345. Further dissemination of Restricted TDPs must be in accordance with provisions of DoD Directive 5320.25. This also applies to distribution of the TDP to all SUBCONTRACTORS at every level. Upon competition of the purposes for which the restricted 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 TSP files from computer drives and electronic devices, and any copies of those files. DEADLINE FOR SUBMISSION Offers are due November 25 th, 2019 no later than 12:00pm Central Time. Offers are to be submitted electronically via email to the Contract Specialist at michelleann.g.sanchez.civ@mail.mil and the Contracting Officer at cindy.k.wagoner.civ@mail.mil. Offerors should include "Response to W52P1J-20-T-FIP1" within the subject line. QUESTIONS Questions regarding this solicitation shall be submitted the same manner as offers, electronically via email to the Contract Specialist and Contracting Officer. Please note that questions concerning this solicitation should be submitted at the earliest time possible, to ensure a response. Questions not received within a reasonable time prior to the close of solicitation may not be considered. CLAUSES The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARS) commercial clauses apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at acquisition.gov): FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Alt. 1 FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Within FAR 52.212-5, the following optional clauses apply: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-23, Prohibition on Contracting Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities 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 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-17, Ownership or Control of Offeror FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-20, Predecessor of Offeror FAR 52.247-34, F.O.B. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-3, Alterations in Solicitation DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.225- 7048, Export Controlled Items DFARS 252.232-7006, Wide Area Workflow Payments DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/acd4711ec4a0aa446b0a30ca5bb4bf9e)
- Record
- SN05485846-W 20191101/191030230520-acd4711ec4a0aa446b0a30ca5bb4bf9e (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 |