SOLICITATION NOTICE
36 -- One (1) Automated Fiber Placement (AFP) Machine
- Notice Date
- 6/11/2020 1:27:30 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX20Q0075
- Response Due
- 6/15/2020 8:59:00 AM
- Archive Date
- 06/30/2020
- Point of Contact
- Walker T. Hare, Phone: 3013941088, Ariel M. Amey, Phone: 3013941081
- E-Mail Address
-
walker.t.hare.civ@mail.mil, ariel.m.amey.civ@mail.mil
(walker.t.hare.civ@mail.mil, ariel.m.amey.civ@mail.mil)
- Description
- (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 W911QX20Q0075. This acquisition is issued as a request for proposals (RFP). This solicitation is a new verision/related to previous solicitation W911QX-19-Q-0011 which was cancelled. ������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05, dated 30 March 2020. ������������������� (iv)� The associated NAICS code is 333249.� 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):� Contract Line Item Number (CLIN) 0001: The Contractor shall deliver one (1) robot based Automated Fiber Placement (AFP) machine in accordance with the Salient Characteristics listed below in section (vi) Descriptions of Requirements, Quantity, one (1) each (ea) CLIN 0002: The Contractor shall provide one (1) perpetual license for software for the AFP in accordance with the Salient Characteristics listed below in section (vi) Descriptions of Requirements, Quantity, one (1) each (ea) CLIN 0003: The Contractor shall provide delivery, installation, setup, and re-testing at the Army Research Laboratory (ARL) in Aberdeen Proving Ground, Maryland 21005-5066 in accordance with the Salient Characteristics listed below in section (vi) Descriptions of Requirements, Quantity, one (1) job CLIN 0004: The Contractor shall provide a minimum of 40 hours on-site training at ARL, Aberdeen, Maryland for up to ten (10) ARL employees/contractors on machine operation, provided software usage, and general maintenance, one (1) job CLIN 0005: The Contractor shall provide a Service Agreement including, but not limited to, the identification of software issues, software updates, machine/hardware problems, trouble-shooting and technical support via phone for a minimum of one (1) year from the date of Government acceptance of machine, one (1) each (ea). ������������������� (vi) �Description of requirements: Contract Line Item Number (CLIN) 0001: The Contractor shall deliver one (1) highly accurate, robot based Automated Fiber Placement (AFP) machine capable of processing commercially available fibers/tapes for flat, cylindrical and contoured parts. The complete machine shall be fabricated, tested, and verified to be compliant with the below specifications at the vendor�s facility prior to being shipped to, installed, and fully operational at the US Army Research Laboratory (ARL) in Aberdeen, Maryland before Government acceptance. The machine shall fulfill the following minimum specifications: Shall fit into and have full functionality within an existing clean room, with interior dimensions of 19� 7�, x 29� 8� x 16�, (Width x Length x Height).� The approximate locations of air handling supply and returns ducts as well as electric panels are shown in Figure 1. Maximum obstruction from the wall into the room is 10"" at each location.� Shop air, nitrogen and vacuum lines are installed on the walls at various locations and maximum obstruction into the room is 6"".� AFP supplier's equipment, accessories and cabinetry shall be positioned a minimum of 10"" away from each interior wall of the room and 12� away from air handling supply and return ducts (locations shown in Figure 1).� In addition, the machine, including accessories and cabinetry, shall not obstruct the operator�s view from the window (location shown in Figure 2).� The arm mechanism shall not impact the room ceiling, surrounding walls, electric, air supply or ventilation hardware during operation. The Contractor shall ensure the individual system�s pre-assembled components are capable of fitting into room through a 70� x 96� wide opening.� Access doors, shown in Figures 1 and 2 shall be used for entry and exit of mold, tables, mandrels and any other composite tooling used for part fabrication using the AFP equipment.� The Government anticipates utilizing large tooling parts and layup tables on casters with maximum dimensions of up to 4' wide and 10' long, outside of those provided by the Offeror. The Contractor shall ensure the casters are capable of rolling through either door and positioned within the AFP head operating envelope without obstruction by any equipment provided by the contractor.� The Contractor shall ensure the AFP equipment, accessories and cabinetry do not interfere with access of rolling tools or tables. The Contractor shall ensure a Crown 30WRTL-S walk behind fork lift (used to move molds, mandrels, and tools not on casters) is capable of entering the cleanroom and positioning the tooling within the operating envelope of the AFP head without obstruction by any equipment provide by the Contractor.� The Contractor shall ensure the AFP equipment, accessories and cabinetry do not interfere with access to the clean room or AFP part fabrication working area when using the walk behind fork lift is used for moving tooling details. Shall include an operator station with all the necessary hardware to interface with and control the AFP machine. The operator station shall be placed outside of the clean room to allow personnel to operate equipment looking through windows and/or monitor from a live camera feed. The operating station shall include one (1) computer that is capable of running all necessary control and simulation software to ensure full functionality of the AFP machine. Connections to the AFP machine controllers shall be included in the operator station. � Shall include a rotator (rotates the workpiece about an axis of rotation) for processing complex structures such as cylindrical, box beams, and parts with concave and convex curvatures, and can handle a weight of up to 2000 pounds for processing on a mandrel of three (3) foot diameter with a minimum working length of ten (10) feet. Shall have three (3) interchangeable processing heads: one (1) for a single �� and �� wide thermoplastic (TP) fiber tape one (1) for a four (4)-tow slit unidirectional thermoset (TS) prepreg tape processing head capable of processing 4 x �� wide tows� one (1) Thermoplastic Processing Laser Head for processing 1/2� thermoplastic materials, water cooled high corrosion resistant metal alloy compaction roller with adequate compaction to ensure full in-situ consolidation of TP prepregs. Shall incorporate a quick change method that is capable of changing heads within fifty-nine (59) minutes with minimal human intervention. Shall include one (1) commercially available industrial robot AFP machine with a minimum of six (6) degrees of freedom (DOF) at tool spot or motion platform with rotating part. Shall have a compaction force from zero (0) to 250 pounds. Shall monitor and record material temperature and roller compaction force. Shall be equipped with quantity one (1) tension creel rack and one (1) unwind system that will continuously apply tension, and shall be controllable within a minimum range of one-half (1/2) to two (2.0) pounds, during laydown and for removal and collection of backing material. Shall be capable of operating on an electrical connection with a maximum of 60 amps and 480 Volts/Alternating Current (VAC). Shall provide a paddle tool, with minimum dimensions of 24� x 36�, designed to mount onto AFP rotator for use in making flat panels and for use with initial training of equipment. Shall provide a metallic based vacuum table with minimum dimensions of four (4�) x eight (8�) capable of handling machine compaction forces for processing. Shall provide AFP user manuals in English for all equipment, including use of each interchangeable processing heads. � CLIN 0002: The Contractor shall provide one (1) license for software for the AFP that meets the following minimum specifications and is valid for a minimum of one (1) year: � Shall provide software that is compatible with Windows 10 Operating System for working offline with the capability to import the following part file types: STEP, IGES, SLDPRT.� Shall provide updates to the software, at no additional charge, compatible with future updated versions of the Operating System for minimum of one (1) year, with options for multiple years.� Shall be capable of contoured part design and collision avoidance.� Suite of software provided shall be stand alone and not require the purchase of any additional Computer-Aided Design (CAD) systems. Shall provide user manuals in English for the software. � CLIN 0003: The Contractor shall provide delivery, installation, setup, and re-testing at the ARL in Aberdeen Proving Ground, Maryland 21005-5066 that meets the following minimum specifications: � Shall provide delivery to Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Shall install the AFP machine in Building 4600 Aberdeen Proving Ground, MD 21005-5066. Shall integrate an interlock system with the existing clean room doors as a safety barrier to shut down the AFP machine if clean room doors are opened during operation. Shall install an emergency stop button on AFP machine and outside the clean room at operator station. Shall ensure all air, hydraulic, power, data lines, and cable trays required internally and between AFP machine components necessary to operate the AFP machine in a manner that meets all requirements are included. � CLIN 0004: The Contractor shall provide a minimum of forty (40) hours on-site training at ARL, Aberdeen, Maryland for up to ten (10) ARL employees/contractors on machine operation, provided software usage, and general maintenance. � CLIN 0005: The Contractor shall provide a Service Agreement that supports the following including, but not limited to, the identification of software issues, software updates, machine/hardware problems, trouble-shooting and technical support via phone for a minimum of one (1) year from the date of Government acceptance of machine. The Contractor shall include in the Service Agreement, four (4) hours of availability at a minimum between the hours of 8:00AM and 5:00PM Eastern Standard Time (EST) each day, Monday through Thursday, excluding federal holidays, for trouble-shooting and technical support appointments when needed by ARL. � ������������������� (vii) Delivery is required No Later Than (NLT) 360 days After Received Order (ARO).� Delivery shall be made to Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005.� Acceptance shall be performed at 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. The FOB point is Destination. � ������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial (DEVIATION 2018-O0018), applies to this acquisition.� The following addenda have been attached to this provision: � � Section L � The offeror�s proposal shall be submitted electronically via email to the Government POCs: Ariel Amey, ariel.m.amey.civ@mail.mil� and Walker Hare, walker.t.hare.civ@mail.mil no later than 26 May 2020 at 11:59AM EDT. Files shall not contain classified data. The use of hyperlinks in proposals is prohibited. The offeror�s shall consist of the following volumes: � Volume I � Technical Volume II � Past Performance Volume III � Price Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each proposal.� The Offeror shall ensure that Proprietary information is clearly marked. Proposal Submission Requirements Proposal submission via Email: Proposals shall be submitted via email to the above listed Government POC�s by the solicitation closing date and time. The maximum allowable file size for email submission is 15.0 MB to ensure delivery. Each volume shall be clearly labeled with its title. Each volume shall be single spaced.� Each paragraph shall be separated by at least one (1) blank line.� A standard, 12-point minimum font size applies.� Arial or New Times Roman fonts are required.� Tables and illustrations may use a reduced font size no less than 8-point and may be landscape. � The following volumes of material shall be submitted: � Volume Title Maximum Pages I � Technical 15 II � Past Performance 8 III � Cost N/A NOTE:� Pages that exceed the required page limitations will not be evaluated. Table of Contents, Cover Pages, Summary Sections, and Contract Work Breakdown Structure, are excluded from the page count. (i) Volume I � Technical The Technical Volume shall be clear, concise, and include sufficient detail for effective evaluation and for substantiating the validity of stated claims in the Offeror�s proposal. The Offerors shall submit the technical documentation to support the Contract requirements set forth in this solicitation. Legibility, clarity and coherence are very important. Offeror�s responses will be evaluated against the Technical Factor. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the Offeror�s proposal. Offerors are required to address each requirement stated in the Salient Characteristics document line-by-line and state whether they meet or cannot meet that requirement. � (ii) Volume II � Past Performance � This volume shall contain past performance information regarding similar contracts. This volume shall not exceed eight (8) pages. Offerors shall submit the first page of Government and/or commercial contracts for the prime offeror currently in performance or awarded during the past three (3) years, from the issue date of this RFP, that is the same as or similar to the scope, magnitude, and complexity of the work described by this solicitation. Relevant efforts are defined as efforts that are the same as or similar to providing fully functional Automated Fiber Placement Machines. Data concerning the offeror shall be provided first in alphabetical order. The offeror shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Section 1 � Contract Descriptions.� This section shall include the following information in the following format: Contractor/Subcontractor place of performance, CAGE Code, and DUNS Number.� If the work was performed as a subcontractor, also provide the name of the prime contractor and Point of Contact (POC) within the prime contractor organization (name, and current address, e-mail address, and telephone and fax numbers). Government and/or Commercial contracting activity, and current address, Procuring Contracting Officer�s name, e-mail address, telephone and fax numbers. Government�s and/or Commercial technical representative/ Contracting Officer Representative (COR) and current email address, telephone and fax numbers. If applicable, Government contract administration activity and the Administrative Contracting Officer�s name, and current e-mail address, telephone and fax number. If applicable, Government contract administration activity�s Pre-Award Monitor�s name, and current e-mail address, telephone and fax numbers. Contract Number and, in the case of Indefinite Delivery type contracts, GSA contracts, and Blanket Purchase Agreements, include Delivery Order Numbers also. Contract Type (specific type such as Fixed-Price (FP), Cost Reimbursement (CR), Time & Materials (T&M), etc.).� In the case of Indefinite Delivery contracts, indicate specific type (Requirements, Definite Quantity, and Indefinite Quantity) and secondary contract type (FP, CR, T&M, etc.). Awarded price/cost. Final or projected final price/cost. Original delivery schedule, including dates of start and completion or work. Final, or projected final, delivery schedule, including dates of start and completion of work. Section 2 � Performance.� Offerors shall provide a specific narrative explanation of each contract listed in Section 1, �Contract Description�, describing the objectives achieved and detailing how the effort is relevant to the requirement of this solicitation. � For any contracts that did not/do not meet original schedule or technical performance requirements, provide a brief explanation of the reason(s) for the shortcomings and any corrective action(s) taken to avoid recurrence. The offerors shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. All Requests for Deviation and Requests for Waiver shall be addressed with respect to causes and corrective actions. The offerors shall also provide a copy of any Cure Notices or Show Cause Letters as well as any Corrective Action Requests received on each contract listed and a description of any corrective action implemented by the offeror or proposed subcontractor. The offerors shall indicate if any of the contracts listed were terminated and the type and reasons for the termination. � Section 3 � New Corporate Entities.� New corporate entities may submit data on prior contracts involving its officers and employees. However, in addition to the other requirements in this section, the offeror shall discuss in detail the role performed by such persons in the prior contracts cited. Information should be included in the files described in the sections above. Invoice Submissions.� Offerors are discouraged from providing POC with another contractors� facility, i.e., in case an offeror (or one of his/her team members) is in a subcontract with another contractor who has submitted a proposal on the same requirement. Offerors shall provide and submit the prime contract number and all Governmental agency POC in lieu of subcontract numbers or prime contract POCs in situations as described above. (iii) Volume III � Price � This volume shall consist of all information required to support proposed costs and prices as defined in the price proposal portion.� A full price proposal is required in response to the Salient Characteristics document. The offeror shall submit within the Volume II � Price, the price of one (1) AFP machine, one (1) license for software for the AFP for a minimum of (1) year, installation, setup, re-testing, training, a service agreement that meets or exceed the minimum requirements listed in the Salient Characteristics document. Certified cost and pricing data are not currently required; however, the Government reserves the right to request such data prior to award if applicable. The information submitted in this volume shall comply with FAR 15.408(l), �Requirements for Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data�, and the requirements set forth below.� There are no page limitations for this volume. The Offerors shall ensure their price documentation addresses the following (at a minimum):� � I. In accordance with Federal Acquisition Regulations (FAR) 15.403-1(b)(3), data other than certified cost or pricing data is required to determine fair and reasonable price. Each Offeror's and subcontractor�s price proposal shall be broken out by Contract Line Item Number (CLIN). The price file of the proposal shall be submitted via Excel spreadsheet(s), in the offeror�s preferred format within the spreadsheet. There is NO requirement to submit a printed copy of the Cost file of the proposal. � � ������������������� (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: Section M Technical Evaluation Approach The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: ��������� Perpetual license for all provided software ��������� Hot gas torch heating capability ��������� Automated built in defect detection system 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 or exceeds 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. The Source Selection Team (SST) will evaluate the offeror�s proposal against the minimum requirements stated within Section M to determine the rating of the proposal using the ratings and descriptions outlined in the Combined Technical/Risk Rating Table below. Combined Technical/Risk Rating Table Color Rating Adjectival Rating Description Blue Outstanding Proposal indicates an exceptional approach and understanding of the requirements and contains multiple strengths, and risk of unsuccessful performance is low. Purple Good Proposal indicates a thorough approach and understanding of the requirements and contains at least one strength, and risk of unsuccessful performance is low to moderate. Green Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements, and risk of unsuccessful performance is no worse than moderate. Yellow �Marginal Proposal has not demonstrated an adequate approach and understanding of the requirements, and/or risk of unsuccessful performance is high. Red Unacceptable Proposal does not meet requirements of the solicitation, and thus, contains one or more deficiencies, and/or risk of unsuccessful performance is unacceptable. Proposal is unawardable. � 2. Past Performance Evaluation Approach The Government will evaluate the offeror�s record of past and current performance to ascertain the probability of successfully fulfilling the requirement. The following approach will be taken in the evaluation of past performance: ���������������������������������� (a) The Government will focus its inquiries on the offeror�s record of performance as it relates to all solicitation requirements, including cost, schedule, performance. A significant achievement, problem, or lack of relevant data in any element of the work can become an important consideration in the evaluation process. Therefore, offerors will be required to include the most recent and relevant efforts (within the past three (3) years) in their proposal. Absent any recent and relevant past performance history, or when the performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned, the offeror will be assigned an �unknown confidence rating� and its proposal will not be evaluated either favorably or unfavorably on past performance. The Government may use data provided by the offeror in its proposal and data obtained from other sources, including data in Government files or data obtained through interviews with personnel familiar with the Contractor and their current and past performance under Federal, State, or Local Government or commercial contracts for same or similar services under the same North American Industry Classification System (NAICS) 333249 � Other Industrial Machinery Manufacturing or other related NAICS codes similar in complexity and scope to the efforts required by this RFP. Data used in conducting performance risk assessments shall not extend past three (3) years prior to the issue date of the RFP, but may include performance data generated during the past three (3) years without regard to the contract award date. (b) Offerors shall submit the first page of Government and/or commercial contracts for the prime offeror in performance or awarded during the past three (3) years, from the issue date of this RFP, which are relevant to the efforts required by this RFP. The offeror shall provide past performance information on a minimum of two (2) and no more than four (4) contracts of a similar nature. The Government may consider a wide array of information from a variety of sources, but is not compelled to rely on all of the information available. (c) The past performance factor considers each offeror�s demonstrated recent and relevant record of performance in supplying products and services that meet the contract requirements. There are three (3) aspects to the past performance evaluation:� relevancy, quality and performance confidence assessment.� RELEVANCY: The first aspect of the past performance evaluation is to assess the offeror�s past performance to determine how relevant a recent effort accomplished by the offeror is to the effort to be acquired through the source selection.� Relevancy is not separately rated; however, the following criteria will be used to establish what is relevant which shall include similarity of supply, complexity, dollar value, contract type, and degree of subcontract/teaming.� � Past Performance Relevancy Ratings Rating Definition Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. QUALITY ASSESSMENT:� Assess the quality of the offeror�s past performance on those recent efforts that were determined relevant by determining how well the contractor performed on the contracts. Documented results from interviews, Contracting Performance Assessment Reporting System (CPARS), and other sources form the support and basis for this assessment.� � PERFORMANCE CONFIDENCE ASSESSMENT: The final step is for the team to arrive at a consensus performance confidence assessment for the offeror, selecting the most appropriate rating from the chart below. This rating considers the assessed quality of the relevant/recent efforts gathered. Ensure the rationale for the conclusions reached are included.� � Performance Confidence Assessments Rating Definition Substantial Confidence Based on the offeror�s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror�s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Limited Confidence Based on the offeror�s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror�s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence (Neutral) No recent/relevant performance record is available or the offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned.� Price Evaluation Approach The intention of the Government is to award a contract utilizing a firm-fixed-price (FFP) contract type. The Government will not award a contract to an offeror whose proposed price is determined to be unreasonable. In accordance with FAR 15.403-1(b), certified cost or pricing data is not required. Therefore prices agreed upon will be based on adequate price competition. Comparison of proposed prices received in response to the solicitation will ensure a fair and reasonable price.� In the absence of adequate price competition, the Contracting Officer may request the offeror(s) submit data other than certified cost or pricing data after the solicitation concludes. ������������������� (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: 52.203-6� RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP2006) 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) 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) (DEVIATION 2020-O0008) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (NOV 2016) 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (DEVIATION 2018-O0018) 52.219-16 LIQUIDATED DAMAGES-SUBCONTRACTING PLAN (JAN 1999) 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 (FEB 1999) 52.222-26, EQUAL OPPORTUNITY (MAR 2007) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 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) 52.232-29 TERMS FOR FINANCING OF PURCHASES OF COMMERCIAL ITEMS (FEB 2002) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 52.203-3 GRATUITIES (APR 1984) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017 PROHIBITION ON THE A...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4c6b477152c847eab97dd99cffdd6833/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05687555-F 20200613/200611230159 (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 |