MODIFICATION
K -- Depleted Uranium Machining
- Notice Date
- 6/23/2022 9:04:30 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332721
— Precision Turned Product Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX22Q0096
- Response Due
- 6/30/2022 8:59:00 AM
- Archive Date
- 07/15/2022
- Point of Contact
- Stephen Oliver
- E-Mail Address
-
stephen.c.oliver7.civ@army.mil
(stephen.c.oliver7.civ@army.mil)
- Description
- 1.� Class Code: K0 2.� NAICS Code: 332721 3.� Subject:� Depleted Uranium Machining Modification Services 4.� Solicitation Number: W911QX22Q0096 5.� Set-Aside Code: N/A 6.� Response Date: 30 June 2022 7.� Place of Delivery: Army Research Laboratory Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005 ���� ���� Place of Performance:� ��������� Contractor�s Facility 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 W911QX22Q0096. This acquisitin is issued as an request for proposal (RFP). �������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, effective 26 May 2022. �������������������� (iv)� The associated NAICS code is 332721. 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: Depleted Uranium Machining Modification Services; Quantity: One (1); Unit: Job �������������������� (vi) �Description of requirements: See the Performance Work Statement (PWS) attached to this notice for a full description of the subject requirement. �������������������� (vii) Delivery is required by no later than (NLT) 90 Days after contract award (ACA). Delivery shall be made to Logistics Warehouse, Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at DESTINATION. 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: Lowest Price Technically Acceptable (LPTA). See Evaluation Criteria document attached to this notice for a full description. �������������������� (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: 52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (SEP 2021 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (SEP 2021) 52.222-3, CONVICT LABOR (JUN 2003) 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) 52.222-41, SERVICE CONTRACT LABOR STANDARDS (AUG 2018) 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) 52.222-44, FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS�PRICE ADJUSTMENT (MAY 2014) 52.222-50, COMBATING TRAFFICING IN PERSONS (NOV 2021) 52.222-55, MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (JAN 2022) 52.222-62, PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) (E.O. 13706) 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 (OCT 2018) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 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) 252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) 252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7974, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019 �������������������� (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): FAR: 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16, COMMERCIAL AN GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-18, COMMERICAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) DFARS: 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) FULL TEXT CLAUSES FAR: 52.204-24, REPRESENTATION REGARDING CERTAIN AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998 DFARS: 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT NON-PERSONAL SERVICES DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM � APG DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS INCREMENTAL FUNDING CAP ANTICIPATED �������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. ��������� (xv)� The following notes apply to this announcement: The Government is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. �������������������� (xvi)� Offers are due on 30 June 2022, by11:59 AM Eastern Daylight Time (EDT), emailed to Stephen Oliver at stephen.c.oliver7.civ@army.mil. �������������������� (xvii)� For information regarding this solicitation, please contact Stephen Oliver at 301-394-2373, or stephen.c.oliver7.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/691894557c2a43e89eceb64f9a0a6922/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN06366406-F 20220625/220623230117 (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 |