SOLICITATION NOTICE
93 -- Seals, End Cap for MJU-75B Countermeasures Flares - Sole Source
- Notice Date
- 11/10/2020 1:03:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339991
— Gasket, Packing, and Sealing Device Manufacturing
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J-21-Q-SLS7
- Response Due
- 12/4/2020 10:30:00 AM
- Archive Date
- 12/19/2020
- Point of Contact
- Jason A. Martin, Phone: 3097823331, Cindy K. Wagoner, Phone: 3097820182
- E-Mail Address
-
jason.a.martin92.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(jason.a.martin92.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a sole source requirement that will be awarded to PHB Corp, CAGE:� 7J752.� Drawings will only be accessible to PHB. 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; quotes 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-21-Q-SLS7. �� The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The NAICS code for this procurement is 339991; the small business size standard is 500 employees. �The Federal Supply Code is 9320. Offerors must be registered within the System for Award Management (SAM) database at time of submission of an offer.� The website for SAM is https://www.sam.gov/. DESCRIPTION OF REQUIREMENT This solicitation is issued for the following: �� End Cap Seals In accordance with: - Drawing 201416442 � End Cap Seal - Drawing 20156940 � Thermoplastic Santoprene Rubber CLIN 0001 � First Article Test � End Cap Seal Quantity � 10 each CLIN 1001 � Production Quantity � End Cap Seal Guaranteed Minimum Quantity � 91,000 **Interested vendors must be registered with the U.S./Canada Joint Certification Program (JCP) to access to the drawing (see www.dlis.dla.mil/jcp/ for instructions and information). Each individual requiring access to drawings must have an account in beta.SAM.gov prior to accessing the drawings. Access to drawings will only be granted to those individuals who are listed as the Data Custodian (block 3) on the DD Form 2345, Military Critical Technical Data Requirement, which was required for registration within the JCP. The Data Custodian is the sole representative identified to receive export controlled drawings. � Material Certification Test Report: �A Material Certification Test Report shall accompany each delivery and an email copy shall be sent to jason.a.martin92.civ@mail.mil and cindy.k.wagoner.civ@mail.mil. �See Attachment 0004. PACKAGING AND PACKING Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951 (Commercial Packaging). TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as a Sole Source to PHB Corp, CAGE:� 7J752.� The Army Contracting Command-Rock Island (ACC-RI) intends to award a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) Contract. DELIVERY and LOCATION The Desired Delivery Dates are as follows:���������������������������������������������������������� �CLIN 0001:� First Article Test � End Cap Seal 2 weeks after Award. CLIN 1001: �Production Quantity � End Cap Seal 4 weeks days After FAT Acceptance. NOTE: Early delivery is acceptable at no additional cost to the Government. Delivery shall be FOB Destination to: Crane Army Ammunition Activity, Building 148, 300 Highway 361, Crane, Indiana 47522-5001. QUOTE SUBMISSION REQUIREMENTS When responding to this solicitation, Attachment 0001 shall be submitted which includes the following: (1) Per-Unit and Total Price.� Price shall be limited to 2 decimal places. (2) Company Name/Address/CAGE Code/DUNS number (3) Point of Contact (Name/Title/phone number/email address) Attachment 0011 - FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, shall be submitted with all quotes or proposals. LISTING OF ATTACHMENTS Attachment 0001 � Pricing Matrix � MJU-75 End Cap Seals Plastic Parts Attachment 0002 � Drawing 201416442 � Seal, End Cap Attachment 0003 � Drawing 20156940 � Thermoplastic Santoprene Rubber Attachment 0004 - Certified Material Test Report � End Cap Seals Attachment 0005 - FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Attachment 0006 � Vendor Guide � beta.sam.gov � BASIS FOR AWARD Award will be made on a Firm Fixed Price basis. � QUOTE SUBMISSION Offers shall be submitted in the following way: Electronically via email to the Contract Specialist jason.a.martin92.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil.� Offerors shall include �W52P1J-21-Q-SLS7 � Response - [Insert Offeror�s Name]� within the Subject line. � QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist.� Any answers will be posted on Tuesdays and Thursdays before award, with questions due before 1200 CT on the day prior.� Final questions shall be submitted 48 hours prior to solicitation closing.� Questions submitted less than 48 hours prior to this solicitation closing will not be answered. **Note:� Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond.� Questions not received within a reasonable time prior to close of the solicitation may not be considered. CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I 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 52.203-6, Restrictions on Subcontractor Sales to the Government ����� 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 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters ����� FAR 52.219-6, Notice of Total Small Business Set-Aside ���� FAR 52.219-8, Utilization of Small Business Concerns ����� 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 52.222-35, Equal Opportunity for Veterans ���� FAR 52.222-36, Equal Opportunity for Workers with Disabilities ���� FAR 52.222-37, Employment Reports on Veterans ����� FAR 52.222-50, Combating Trafficking in Persons ����� FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving ����� FAR 52.225-1, Buy American -- Supplies ����� FAR 52.225-13, Restrictions on Certain Foreign Purchases ����� FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management ���� FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels FAR 52.203-3, Gratuities 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 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-4, First Article Approval � Government Testing FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.216-19, Order Limitations (Oct 1995) FAR 52.216-22, Indefinite Quantity (Oct 1995) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-2, Service of Protest FAR 52.233-3, Protest after Award FAR 52.242-15, Stop-Work Order FAR 52.247-34, F.O.B. Destination 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 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.216-7006, Ordering (May 2011) DFARS 252.225-7001, Buy American Act and Balance of Payments DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.225-7074, Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005) DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial items DFARS 252.246-7003, Notification of Potential Safety Issues DFARS 252.246-7008, Sources of Electronic Parts DFARS 252.247-7022, Representation of Extent of Transportation by Sea DFARS 252.247-7023, Transportation of Supplies by Sea The following additional clause applies: Crane Army Ammunition Activity Delivery Instructions CAAA receiving hours are Mon � Thurs, 0700 - 1430 BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK); appointments will be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)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. Crane Army Ammunition Activity Building 148 300 Highway 361 Crane, Indiana 47522
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/387b4e6c393f40e489c3c9e266260aa0/view)
- Record
- SN05850769-F 20201112/201110230148 (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 |