SOLICITATION NOTICE
95 -- Spindle Forgings
- Notice Date
- 2/28/2023 4:30:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 33211
—
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-23-R-0TIX
- Response Due
- 3/31/2023 12:00:00 PM
- Archive Date
- 04/15/2023
- Point of Contact
- Matthew Marzocca, Kristen Barth, Phone: 973-724-3217
- E-Mail Address
-
matthew.j.marzocca.civ@army.mil, kristen.e.barth.civ@army.mil
(matthew.j.marzocca.civ@army.mil, kristen.e.barth.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for a commercial item 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. Solicitation No. W15QKN-23-R-0TIX is issued as a request for proposal (RFP) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-61. This requirement shall be competed as a small business set-aside under NAICS 332111 with a small business standard of 750 employees. The U.S. Army Contracting Command � New Jersey (CCNJ), Picatinny Arsenal, New Jersey intends to award one (1) firm-fixed-price (FFP) contract, on a competitive basis, consisting of 8 rough machined spindles with the specifications made to drawing 11578926 in accordance with the following Statement of Work (SOW): Statement of Work for Spindle Forgings 1.�������� Background:� The government has a requirement to purchase a total of eight (8) rough M199 spindles made to support Next Generation Cannon testing in Fiscal Year 23. 2.�������� Applicable Documents: Drawing 11578926 3.�������� Requirements:� � � � � � � a.� �The Contractor shall deliver eight (8) rough machined spindles with the specifications made to drawing 11578926. 4.�������� Hardware Deliverable: � � � � � � �Item: Rough M199 Spindle � � � � � � �Quantity: Eight (8) � � � � � � �Submission Date(s): 10 Weeks after Contract Award� 5.�������� Period of Performance: � � � � � � a.�������� 10 Weeks or upon completion of deliveries. 6.�������� Delivery Location: � � � � � � Benet Labs � � � � � � 1 Buffington Street � � � � � � Watervliet, NY 12189 � � � � � � Attn: Scott Pauley � � � � � � 518-764-3776 7.�������� Data Security: � � � � � � a.�������� Controlled Unclassified Information (CUI): Contractor employees that will require access to CUI will follow all DoD (DoDI 5200.48) and Army policies regarding access to CUI, and the handling, storage, transmission, and destruction of CUI. Contractor employees are required to complete initial CUI training (available at https://securityhub.usalearning.gov/index.html) within 30 days of start of performance on the contract, and then annually thereafter. All CUI must be transmitted via encrypted channels such as the DoD Safe Access File Exchange (SAFE) website (https://safe.apps.mil/). Safeguarding Covered Defense Information and Cyber Incident Reporting The Contractor shall use the following to supplement Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. System Security Plan and Plans of Action and Milestones (SSP/POAM) Reviews � � � �(a) Within thirty (30) days of contract award, unless otherwise notified by the Government, the Contractor shall make its System Security Plan(s) (SSP(s)) for its covered contractor information system(s) available for review by the Government at the Contractor's facility. The SSP(s) shall describe how the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 security requirements are implemented as required by Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.204-7012, which is included in this contract, and identify all applicable Commercial and Government Entity Code codes affected. The Contractor shall fully cooperate in the Government's review of the SSPs at the Contractor's facility. � � � � (b) If the Government determines that the SSP(s) does not adequately describe how the NIST SP 800-171 security requirements are implemented, then the Government shall notify the Contractor of each identified deficiency. The Contractor shall correct any identified deficiencies within thirty (30) days of notification by the Government. The contracting officer may provide for a correction period longer than thirty (30) days and, in such a case, may require the Contractor to submit a Plan of Action and Milestones (POAM) for the correction of the identified deficiencies. The Contractor shall immediately notify the contracting officer of any failure or anticipated failure to meet a milestone in such a POAM. � � � � (c) Upon conclusion of the correction period, the Government may conduct a follow-on review of the SSP(s) at the Contractor's facilities. The Government may continue to conduct follow-on reviews until the Government determines that the Contractor has corrected all identified deficiencies in the SSP(s). (d) The Government may, in its sole discretion or in response to a cyber incident, conduct subsequent reviews at the Contractor's site to verify the information in the SSP(s). The Government may conduct reviews at any time upon thirty (30) days' notice to the Contractor. � � � � � �2. Compliance to NIST SP 800-171 � � � � (a)������� The Contractor shall fully implement the Controlled Unclassified Information (CUI) Security Requirements (Requirements) in NIST SP 800-171 in effect at the time Enclosure the solicitation is issued or as authorized by the Contracting Officer, or establish a SSP(s) and POAMs) that varies from NIST SP 800-171 only in accordance with DFARS clause 252.204-7012(b)(2), for all covered contractor information systems affecting this contract. � � � � (b)������� Notwithstanding the allowance for such variation, the Contractor shall identify in any SSP and POAM their plans to implement the following, at a minimum: � � � � � � � � � � � �(1)������� Implement Requirement 3.5.3 (Multi-factor authentication). This means that multi-factor authentication is required for all users, privileged and unprivileged accounts that log into a network. In other words, any system that is not standalone should be required to utilize acceptable multi-factor authentication. For legacy systems and systems that cannot support this requirement, a combination of physical and logical protections acceptable to the Government may be substituted; � � � � � � � � � � � �(2)������� Implement Requirement 3.1.5 (least privilege) and associated Requirements, and identify practices that the Contractor implements to restrict the unnecessary sharing with, or flow of, covered defense information to its subcontractors, suppliers, or vendors based on need-to-know principles; � � � � � � � � � � � (3)������� Implement Requirement 3.1.12 (monitoring and control remote access sessions)-Require monitoring and controlling of remote access sessions and include mechanisms to audit the sessions and methods; � � � � � � � � � � �(4)������� Audit user privileges on at least an annual basis; � � � � � � � � � � �(5)������� Implement Requirement 3.13.11 (Federal Information Processing Standards (FIPS) 140-2 validated cryptology or implementation of National Security Agency- or NIST-approved algorithms (i.e., FIPS 140-2 Annex A: Advanced Encryption Standard (AES) Or Triple Data Encryption Standard (DES) or compensating controls as documented in a SSP and POAM)); � � � � � � � � � � �(6)������� Implement Requirement 3.13.16 (Protect the confidentiality of CUI at rest) or provide a POAM for implementation which can be evaluated by the Government Program Manager for risk to the program; � � � � � � � � � � �(7)������� Implement Requirement 3.1.19 (encrypt CUI on mobile devices) or provide a plan of action for implementation which can be evaluated by the Government Program Manager for risk to the program. � � � � � 3. Cyber Incident Response: � � � � � � � (a) The Contractor shall, within fifteen (15) days of discovering the cyber incident (inclusive of the 72-hour reporting period in DFARS clause 252.204-7012 ), deliver all data used in performance of the contract that the Contractor determines is impacted by the incident and begin assessment of potential warfighter/program impact. Incident data shall be delivered in accordance with the Department of Defense Cyber Crimes Center (DC3) Instructions for Submitting Media available at http://www.acq.osd.mil/dpap/dars/pgi/docs/lnstructions_for_Submitting_Media.docx. In delivery of the incident data, the Contractor shall, to the extent practical, remove contractor-owned information from Government covered defense information. � � � � � � � (b) If the Contractor subsequently identifies any such data not previously delivered to DC3, then the Contractor shall immediately notify the contracting officer in writing and shall deliver the incident data within ten (10) days of identification. In such a case, the Contractor may request a delivery date later than ten (10) days after identification. The contracting officer will approve or disapprove the request after coordination with DC3. � � � � � �4. Army Counterintelligence (Cl) Outreach � � � � � � � �(a)� The Contractor shall engage, whenever practicable, with Army Cl industry outreach efforts and consider recommendations for hardening of covered contractor information systems affecting Army programs and technologies; and make Contractor personnel available for threat briefings specific to foreign intelligence threats to Army programs and technologies. � � � � � 5.Army Cl/Industry Monitoring � � � � � � � �(a) In the event of a cyber incident or at any time the Government has indication of a vulnerability or potential vulnerability, the Contractor shall cooperate with the Army Cl, which may include cooperation related to: threat indicators; pre-determined incident information derived from the Contractor's infrastructure systems; and the continuous provision of all Contractor, subcontractor, or vendor logs that show network activity, including any additional logs the Contractor, subcontractor or vendor agrees to initiate as a result of the cyber incident or notice of actual or potential vulnerability. � � � � � � � (b) If the Government determines that the collection of all logs does not adequately protect its interests, the Contractor will coordinate with Army Cl to implement additional measures, which may include allowing the installation of an appropriate network device that is owned and maintained by the Army Cl, on the Contractor's information systems or information technology assets. The specific details (e.g., type of device, type of data gathered, monitoring period) regarding the installation of an Army Cl network device shall be the subject of a separate agreement negotiated between Army Cl and the Contractor. In the alternative, the Contractor may install network sensor capabilities or a network monitoring service, either of which must be reviewed for acceptability by Army Cl. Use of this alternative approach shall also be the subject of a separate agreement negotiated between Army Cl and the Contractor. � � � � � � � � (c) In all cases, the collection or provision of data and any activities associated with this statement of work shall be in accordance with federal, state, and non-US law. (End of Statement of Work for Spindle Forgings) The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: FAR: 52.204-7, 52.204-13, 52.204-18, 52.204-24, 52.204-26, 52.212-3, 52.212-4, 52.212-5; 52.225-2; 52.233-3, 52.233-4, 52.246-2, and 52.247-34. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.219-1, 52.219-6, 52.219-28, 52.222-3, 52.222-4, 52.222-19, 52.222-21, 52.222-22, 52.222-23, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-50, 52.223-6, 52.223-18; 52.225-13, 52.232-13, 52.232-33, 52.233-1, 52.233-3 and DFARS: 252.203-7002, 252.204-7002, 252.232-7010, 252.203-7000, 252.203-7005; 252.204-7012, 252.204-7015, 252.211-7003, 252.225-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.225-7048, 252.232-7003, 252.244-7000 and 252.247-7023 Alt I. The following local information also applies: 1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). ""Fill-ins"" are provided on Standard Form SF33, and other solicitation documents. Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001. 2. Responses must be plainly marked with the Solicitation Number and the date and local time set forth for bid opening or receipt of proposals in the solicitation document. 3. Information regarding the timeliness of response is addressed in the provision of the solicitation entitled either ""Late Submission, Modification and Withdrawal of Bid"" or ""Instructions to Offerors - Competitive Acquisitions"". 4. Procurement Information: � � � �This Procurement is 100% set-aside for Small Business. � � � �The applicable NAICS code is: 332111. 5. Issuing Office � � � �U.S. Army Contracting Command - New Jersey � � � �ATTN: Matthew Marzocca � � � �Office Symbol: CCNJ-IC � � � �Picatinny Arsenal, NJ 07806-5000 � � � �Email: matthew.j.marzocca.civ@army.mil 6. Point of Contact for Information: � � � �Name: Matthew Marzocca � � � �Title: Contract Specialist � � � �Email: matthew.j.marzocca.civ@army.mil DISCLOSURE OF UNIT PRICE INFORMATION This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals. COMMERCIAL PACKAGING REQUIREMENTS 1.0� Packaging - Preservation, packaging, packing, unitization and marking furnished by the supplier shall provide protection for a minimum of one year, provide for multiple handling, redistribution and shipment by any mode and meet or exceed the following requirements. � � � �1.1 Cleanliness - Items shall be free of dirt and other contaminants which would contribute to the deterioration of the item or which would require cleaning by the customer prior to use. Coatings and preservatives applied to the item for protection are not considered contaminant. � � � �1.2� Preservation - Items susceptible to corrosion or deterioration shall be provided protection such as preservative coatings, volatile corrosion inhibitors, desiccants, water-proof and/or water-vapor-proof barriers. � � � �1.3 Cushioning - Items requiring protection from physical and mechanical damage (e.g. fragile, sensitive, critical material) or which could cause physical damage to other items, shall be protected by wrapping, cushioning, pack compartmentalization, or other means to mitigate shock and vibration and prevent damage during handling and shipment. 2.0 Unit package � � � �2.1 Unit Package - A unit package shall be so designed and constructed that it will contain the contents with no damage to the item(s), and with minimal damage to the unit pack during shipment and storage in the shipping container, and will allow subsequent handling. �The outermost component of the unit package shall be a container such as a sealed bag, carton or box. � � � �2.2 Unit Package Quantity - Unless otherwise specified, the unit package quantity shall be one each part, set, assembly, kit, etc. 3.0 Intermediate Package � � � �3.1 Intermediate Packaging - The use of intermediate packaging is required whenever one or more of the following conditions exist: � � � �� � � �a. The quantity is over one (1) gross of the same national stock number. � � � �� � � �b. Use enhances handling and inventorying. � �� � � � � �c.�The exterior surface of the unit pack is a barrier bag. � � � �� � � �d. The unit pack is less than 64 cubic inches. � � � �� � � �e. The weight of the unit pack is less than five (5) pounds and no dimension is over twelve (12) inches. � � � �� � � �Intermediate container shall be limited to a maximum of 100 unit packs, a net load of 40 pounds, or a maximum volume of 1.5 cubic feet, whichever occurs first.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 4.0 Packing � � � �4.1 Unit packages and intermediate packages not meeting the requirements for a shipping container shall be packed in shipping containers.� All shipping containers shall be the most cost effective and shall be of the minimum cube to contain and protect the items. � � � �4.2 Shipping Containers - The shipping container (including any necessary blocking, bracing, cushioning, or waterproofing) shall comply with the regulations of the carrier used and shall provide safe delivery to the destination at the lowest tariff cost. The shipping container shall be capable of multiple handling, stacking at least ten feet high, and storage under favorable conditions (such as enclosed facilities) for a minimum of one year. 5.0 Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance.� The weight capacity of the pallet must be adequate for the load.� The preferred commercial expendable pallet is a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized.� The load shall be contained in a manner that will permit safe handling during shipment and storage. 6.0 Marking: All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in accordance with MIL-STD-129, Revision R, Date 18 February 2014 including bar coding.� The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel. NOTE: Passive RFID tagging is required in all contracts that contain DFARS clause 252.211-7006. Contractors must check the solicitation and/or contract for this clause.� For details and most recent information, see http://www.acq.osd.mil/log/rfid/index.htm for the current DoD Suppliers� Passive RFID Information Guide and Supplier Implementation Plan.� If the item has Unique Item Identifier (UII) markings then the UII needs to be 2D bar coded and applied on the unit package, intermediate and exterior containers, and the unit load. 7.0 Hazardous Materials � � � �7.1 A hazardous material is defined as a substance which has been determined by the Department of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Title 49 CFR and other applicable modal regulations effective at the time of shipment.)�� Ammunition and explosives (Hazard Class 1) are special cases and must be properly hazard classified and registered with the competent authority of the United States (Department of Transportation). � � � �7.2 Packaging and marking for hazardous material shall comply with the requirements for the mode of transport and the applicable performance packaging contained in the following documents: � � � �� � � �a. International Air Transport: International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air � � � �� � � �b.�International Vessel Transport: International Maritime Dangerous Goods Code (IMDG) � � � �� � � �c.�Domestic Transport:� Code of Federal Regulations (CFR) Title 49 � � � �� � � �d. Military Air Transport: Joint Service Regulation AFMAN24-204/TM38-250/NAVSUP PUB 505/MCO P4030.19/DLAM 4145.� � � � �7.3 If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the regulations of the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers. � � � �7.4 A Product Material Safety Data Sheets (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside a waterproof sealed pouch attached to the outside of the package. 8.0 Wood Packaging Materials - Heat Treatment and Marking of Wood Packaging Materials: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM).� WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats.� Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board.� All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 continuous minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors.� Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible.� All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved DUNNAGE stamp.� Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 9.0 Quality Assurance -The contractor is responsible for establishing a quality system.� Full consideration to examinations, inspections, and tests will be given to ensure the acceptability of the commercial package. PACKAGING AND MARKING � � � �Commercial Packaging shall apply to this procurement (see below). � � � �BAR CODE REQUIREMENT: 2D Bar Codes NOT REQUIRED � � � �DELIVERY ADDRESS: � � � �� � � �Benet Labs � � � �� � � �1 Buffington Street � � � �� � � �Watervliet, NY 12189 � � � �� � � �Attn: Scott Pauley � � � �� � � �518-764-3776 GOVERNMENT PROCUREMENT QA ACTIONS: INSPECTION Government Procurement Quality Assurance (PQA) actions will be accomplished by the Government Quality Assurance Representative (QAR) at: DESTINATION GOVERNMENT PROCUREMENT QA ACTIONS: ACCEPTANCE Acceptance of supplies will be at: DESTINATION DELIVERY SHALL BE FOB DESTINATION HQ AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. � � � �Send protests (other than protests to the contracting officer) to: � � � �� � � �Address: � � � �� � � �Headquarters U.S. Army Materiel Command � � � �� � � �Office of Command Counsel-Deputy Command Counsel 4400 Martin Road � � � �� � � �Rm: A6SE040.001 � � � �� � � �Redstone Arsenal, AL 35898-5000 � � � �� � � �Fax: (256) 450-8840 � � � �� � � �Email: �usarmy.redstone.usamc.mbx.protests@army.mil � � � �The AMC-level protest procedures are found at: � � � �� � � �Web Address: �http://www.amc.army.mil/amc/commandcounsel.html � � � �� � � �If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR � http://www.acquisition.gov/ Local Clauses � http://procnet.pica.army.mil/references/Clauses/locals.htm FAR 52.212-1 � Proposal Submission Instructions This section contains proposal submission instructions as well as specific proposal requirements for the solicitation. The offeror�s proposal shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a proposal in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in proposals. The burden of proving acceptability remains with the offerors. General: The proposal shall be represented in sufficient detail to allow Government evaluation of the response to the requirements of the request for proposal (RFP). The Government will not assume offerors possess any capability, understanding, or commitment specified in the proposal. All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. U.S. Army Contracting Command � New Jersey (CCNJ) ATTN: Matthew Marzocca Picatinny Arsenal, New Jersey 07806-5000 Email: matthew.j.marzocca.civ@army.mil FAR 52.212-2 � Proposal Evaluation 1.0 Basis for Award The Government�s selection for an awardee will be made on the basis of lowest price technically acceptable (LPTA) meeting or exceeding the acceptability standards for the non-cost factors in accordance with FAR 15.101-2, Lowest Price Technically Acceptable Selection Process. A purchase order will be awarded to the offeror who is deemed responsible by the Contracting Officer, in accordance with the General Standards for Contractor Responsibility at FAR 9.104-1, and whose proposal conforms to all of the solicitation�s requirements (included stated terms, conditions, representations, certifications, and all other information) and is assessed, based on the evaluation factors below, to represent the lowest price technically acceptable. 2.0 Evaluation Factors and Evaluation Approach All proposals will be evaluated in a fair and consistent manner. All proposals will be subject to evaluation by a team of Government personnel. The offeror whose proposal is determined to provide the lowest priced proposal that meets the acceptability standards for non-cost factors will be awarded the purchase order.� The Government may reject any proposal that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low priced when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. The Government reserves the right to award based on initial proposals.� The Government intends to evaluate proposals and award the purchase order without discussions with the offerors (except clarifications as described in FAR 15.306), therefore, the initial quote should contain the offeror�s best terms.� However, the Government reserves the right to conduct discussions and request proposal revisions if it is determined to be in the best interest of the Government.� Factor 1 � Technical The proposals will be evaluated based on the criteria established in this solicitation as follows. In order to achieve an Acceptable rating in the Technical Factor, the offeror�s proposal must clearly meet the following minimum requirements: Technical Approach: The offeror�s proposal shall demonstrate a thorough understanding of the requirements as defined in the Statement of Work outlined above to include: In order to meet the minimum requirements of the solicitation, offerors are required to provide a brief (no more than 2 pages) capability statement to include equipment/facilities description, quality assurance practices and any other relevant process capabilities. The statement must demonstrate how or why the offeror is able to meet the following minimum requirements below: Item and Quantity to be Delivered: Eight (8) rough machined spindles with the specifications made to drawing 11578926. Schedule of Delivery: Ten (10) weeks after contract award. Delivery Location: � � � �Benet Labs � � � �1 Buffington Street � � � �Watervliet, NY 12189 � � � �Attn: Scott Pauley � � � �518-764-3776 The items will meet the following requirements: � � � �Please see drawing 11578926 Vendors Quotes will be rated either �Acceptable� or �Unacceptable�.� Vendors must meet ALL listed requirements to receive an �Acceptable� rating.� If a quote does not meet ALL listed requirements, the quote will receive an �Unacceptable� Rating and will not be considered any further. TECHNICAL ACCEPTABLE/UNACCEPTABLE RATINGS Rating/Definition: Acceptable - Proposal clearly meets the listed minimum requirements of the solicitation. Unacceptable -�Proposal does not clearly meet the minimum requirements of the solicitation. Factor 2 - Price 1. The Total Evaluated Price will be determined by summing the price proposed on each Line Item.� This Total Evaluated Price will then be evaluated for reasonableness in accordance with price analysis techniques at FAR 15.404-1(b).� Price will not be scored. 2. An offeror must propose on all Line Items to be considered for award. Unit pricing shall be listed with extended costs for each item. 3. Adequate competition is anticipated for this purchase order.� However, in the event that only one offer is received, the Government reserves the right to perform a cost analysis in accordance with (IAW) FAR 15.404-1(c).� Therefore, in instances when only one offer is received and the proposal is $2,000,000.00 or more, the Contracting Officer shall obtain Certified Cost or Pricing Data.� Offers under $2,000,000.00 require cost or pricing data, but such cost or pricing data is not required to be certified by the offeror.� Cost or Pricing Data or Other than certified cost or pricing data shall be provided upon request IAW FAR 15.403.� This information will be evaluated for magnitude and reasonableness and may be adjusted from a technical and cost perspective using cost analysis to determine the most probable cost to the Government.� Offerors shall utilize a Microsoft Excel file format with formulas intact when submitting their Price/Cost proposal (FAR 15.403-5(b)(1)). 4. Price/Cost Inconsistencies:� A proposal is presumed to represent an offeror�s best effort to respond to the solicitation.� Each initial proposal should contain the offeror�s best terms for award for this purchase order.� Any inconsistencies in performance or price should be explained in the proposal.� Any significant inconsistencies, if unexplained, raise a fundamental issue of the offeror�s understanding of the nature and scope of work required and its financial a...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/209157b528274a43a79a6a10de6079b8/view)
- Record
- SN06604396-F 20230302/230228230112 (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 |