Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2024 SAM #8250
SOLICITATION NOTICE

16 -- SOLICITATION W912CH-24-R-0014: Type V Airdrop Main Panel Assembly (NSN: 1670-01-304-3006)

Notice Date
6/27/2024 12:00:15 PM
 
Notice Type
Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W912CH-24-R-0014
 
Response Due
7/8/2024 1:30:00 PM
 
Archive Date
07/23/2024
 
Point of Contact
William Anderson
 
E-Mail Address
william.d.anderson8.civ@army.mil
(william.d.anderson8.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of Amendment 0002 to Solicitation W912CH-24-R-0014 is to: 1. Extend the offer due date FROM Tuesday, 25 June 2024 at 4:30 p.m. EST, TO Monday, 08 July 2024 at 4:30 p.m. EST.. 2. Revise SECTION B as follows: a. CLIN 0017, ENGINEERING CHANGE PROPOSAL(ECP) DATA ITEM A002 is added. b. CLIN 0017, REQUEST FOR VARIANCE (RFV) DATA ITEM A003 is added. c. CLIN 0017, NOTICE OF REVISION (NOR) DATA ITEM A004 is added. � 3. Revise SECTION C as follows: � �a. SECTION C.6 Configuration Management Documentation is updated FROM: � � ""a. The Configuration Change Management section of SAE EIA-649-1 Configuration Management Requirement for Defense Contracts, Paragraph 3.3, shall be used for configuration control of material with the following exclusions: paragraph 3.3(3); the second sentence of paragraph 3.3.1.8.1(1), and the General Note in paragraph 3.3.2.4(1) which reads as Generally, Minor RFVs address product changes that are temporary and do not impact the baseline. � � b. Furnished item(s) shall conform to the approved configuration requirements/revision, unless a Request for Variance (RFV) is processed and approved as provided by Paragraph E. below. The term ""Request for Variance"" includes Requests for Deviations and Waivers. � � c. Value Engineering Change Proposals (VECPs) for cost saving improvements to the Technical Data Package (TDP) should not be processed per SAE EIA-649-1 and should be referred to FAR Part 48 Value Engineering. � � d. All Engineering Change Proposals (ECPs) submitted will be deemed routine. If an ECP is considered as an emergency or urgent; that justification for the rationale shall be included in the ECP submittal with all applicable supporting documentation. � � e. For ECPs, RFVs, Notices of Revision (NORs) or Specification Change Notices (SCNs), the Contractor must submit the applicable documentation listed in sub-paragraphs e (i) through e (iv) to the Administrative Contracting Officer (ACO), with an information copy to the Procuring Contracting Officer (PCO). Failure to submit a complete legible package may result in return of the ECP/RFV/SCN/NOR without processing. � � �(i) Documentation or use of DD Form 1692 (current revision) and delivery of data per DI-SESS-80639 is detailed in paragraph 3.3.1 of EIA-649-1 for ECPs. � � �(ii) Documentation or use of DD Form 1694 (current revision) and delivery of data per DI-SESS-80640 is detailed in paragraph 3.3.2 of EIA-649-1 for RFVs. � � �(iii) Documentation or use of DD Form 169 (current revision) and delivery of data per DI-SESS-80642 is detailed in paragraph 3.3.4 of EIA-649-1 for NORs. � � �(iv) Documentation and delivery of data per DI-SESS-80643 is detailed in Paragraph 3.3.3 of EIA-649-1 for SCNs. � � f. Questions regarding the status of previously submitted ECP or RFV should be directed to the PCO. Incorporation of an approved RFV and/or ECP will require a contract modification execution. � � g. The submission of an ECP/RFV/SCN/NOR does not affect the required delivery date of the contract. If a delivery date change is needed, a contract modification is required."" TO: � � ""The Contractor may submit Engineering Change Proposals (ECPs), Requests for Variance (RFVs), and Notices of Revision (NORs) for the requirements in the Government-provided Technical Data Package (TDP). � � a. The Configuration Change Management section of SAE EIA-649-1 (current revision) Configuration Management Requirement for Defense Contracts, Paragraph 3.3, shall be used for configuration control of material with the following exclusions: paragraph 3.3(3); and the second sentence of paragraph 3.3.1.8.1(1). � � b. Furnished item(s) shall conform to the approved configuration requirements/revision unless an RFV is processed and approved as provided by Paragraph e. below. The term ""Request for Variance"" includes Requests for Deviations and Waivers. � � c. Value Engineering Change Proposals (VECPs) for cost saving improvements to the TDP should not be processed per SAE EIA-649-1 (current revision) and should be referred to Section I Clause 52.248-1 VALUE ENGINEERING. � � d. All ECPs submitted will be deemed routine. The Contractor must include justification for an ECP it considers emergency or urgent in the submittal and include all supporting documentation. � � e. For ECPs, RFVs, and NORs, the Contractor must submit the documentation listed in sub-paragraphs e (i) through e (iii). Failure to submit a complete legible package may result in return of the ECP/RFV/NOR without processing. � � �(i) for ECPs, the Contractor shall prepare and deliver the ECP in accordance with (IAW) CDRL A002. � � �(ii) for RFVs, the Contractor shall prepare and deliver the RFV IAW CDRL A003. �� � (iii) for NORs, the Contractor shall prepare and deliver the NOR IAW CDRL A004. � � f. The Governments acceptance of the data deliverable required by CDRL/DD Form 1423 in e(i)-(iii) above signifies only that the data satisfies the requirements of the DID and is considered acceptable for Government processing. Acceptance of the data deliverable does not signify ""technical approval"" of the change proposed by the deliverable and should not be interpreted as authorizing the Contractor to proceed with the work proposed by the change. Disposition of the change (approval/disapproval) will follow acceptance of the CDRL at the Governments sole discretion. Incorporation of an approved RFV or ECP will require execution of a contract modification. � � g. The Contractor should direct questions regarding the status of an ECP or RFV to the Procuring Contracting Officer (PCO), copy to the Administrative Contracting Officer (ACO). � � h. The submission of an ECP/RFV/NOR does not affect the required delivery date of the contract."" 4. Revise SECTION J as follows: a. EXHIBIT A CONTRACT DATA REQUIREMENT LIST DD 1423 REPORT is updated to include ENGINEERING CHANGE PROPOSAL(ECP) DATA ITEM A002, REQUEST FOR VARIANCE (RFV) DATA ITEM A003, and NOTICE OF REVISION (NOR) DATA ITEM A004. All other terms and conditions of solicitation W912CH-24-R-0014, except for those addressed by Amendment 0002, remain in full force and effect. ________________________________________________________________________________________________- As of 25 JUN, the offer due date is updated FROM Tuesday, 25 June 2024 at 4:30 p.m. EST, TO Thursday, 27 June 2024 at 4:30 p.m. EST. ________________________________________________________________________________________________- The purpose of Amendment 0001 to Solicitation W912CH-24-R-0014 is to: � � �1. Extend the offer due date FROM Tuesday, 18 June 2024 at 4:30 p.m., TO Tuesday, 25 June 2024 at 4:30 p.m. EST. � � �2. Revise SECTION B as follows: � � � � � a. CLIN 0011 is revised FROM an estimated quantity of 2130 Packages, TO an estimated quantity of 533 Packages. The Unit Pack is updated to 04 Ea.� � � � � � b. CLIN 0012 is revised FROM an estimated quantity of 594 Packages, TO an estimated quantity of 149 Packages. The Unit Pack is updated to 04 Ea.� � � � � � c. CLIN 0013 is revised FROM an estimated quantity of 325 Packages, TO an estimated quantity of 82 Packages. The Unit Pack is updated to 04 Ea.� � � � � � d. CLIN 0014 is revised FROM an estimated quantity of 325 Packages, TO an estimated quantity of 82 Packages. The Unit Pack is updated to 04 Ea.� � � � � � e. CLIN 0015 is revised FROM an estimated quantity of 325 Packages, TO an estimated quantity of 82 Packages. The Unit Pack is updated to 04 Ea.� � � �3. Revise SECTION F as follows: � � � � � a. SECTION F-7, FAR 52.211-8(a)(1) TIME OF DELIVERY (JUN/1997) is updated FROM: � � � � � � � �""(1) GOVERNMENT REQUIRED DELIVERY SCHEDULE� � � � � � � � �CLIN � � �QUANTITY � WITHIN DAYS AFTER DATE OF DELIVERY ORDER AWARD � � � � � � � � � � �0011 � � �EST 2130 150 Days Without FAT; 330 Days With FAT at a rate of 50 EA per month � � � � � � � �0012 � � �EST 594 �150 Days at a rate of 50 EA per month � � � � � � � �0013 � � �EST 325 �150 Days at a rate of 50 EA per month � � � � � � � �0014 � � �EST 325 �150 Days at a rate of 50 EA per month � � � � � � � �0015 � � �EST 325 �150 Days at a rate of 50 EA per month � � � � � � � �The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule when an offeror offers a delivery schedule other than identified above. If the offeror proposes no other delivery schedule, the identified delivery schedule above will apply. � � � � � � � �OFFERORS PROPOSED DELIVERY SCHEDULE � � � � � � � �CLIN � � �QUANTITY � � � � � � � � � � �0011 � � �EST 2130 � � � � � � � �0012 � � �EST �594 � � � � � � � �0013 � � �EST �325 � � � � � � � �0014 � � �EST �325 � � � � � � � �0015 � � �EST �325 � � � � � � � �CLIN 0016*�� �Offerors may not propose an alternative Delivery Schedule for this CLIN."" � � � � � TO: � � � � � � � �""(1) GOVERNMENT REQUIRED DELIVERY SCHEDULE� � � � � � � � �CLIN � � �QUANTITY � WITHIN DAYS AFTER DATE OF DELIVERY ORDER AWARD � � � � � � � � � � �0011 � � �EST 533 PK �150 Days Without FAT; 330 Days With FAT at a rate of 50 PK per month � � � � � � � �0012 � � �EST 149 PK �150 Days at a rate of 50 PK per month � � � � � � � �0013 � � �EST 82 PK � 150 Days at a rate of 50 PK per month � � � � � � � �0014 � � �EST 82 PK � 150 Days at a rate of 50 PK per month � � � � � � � �0015 � � �EST 82 PK � 150 Days at a rate of 50 PK per month � � � � � � � �The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule when an offeror offers a delivery schedule other than identified above. If the offeror proposes no other delivery schedule, the identified delivery schedule above will apply. � � � � � � � �OFFERORS PROPOSED DELIVERY SCHEDULE � � � � � � � �CLIN � � �QUANTITY � � � � � � � � � � �0011 � � �EST 533 PK � � � � � � � � � �0012 � � �EST 149 PK� � � � � � � � �0013 � � �EST �82 PK� � � � � � � � �0014 � � �EST �82 PK� � � � � � � � �0015 � � �EST �82 PK� � � � � � � � �CLIN 0016*�� �Offerors may not propose an alternative Delivery Schedule for this CLIN."" � � 4. Revise SECTION I as follows: � � � � � a. SECTION I-103, FAR 52.216-19(b) ORDER LIMITATIONS(OCT/1995) is updated FROM: � � � � � � � ""(b) Maximum order. The Contractor is not obligated to honor -- � � � � � � � � � � �(1) Any order for a single item in excess of 2130; � � � � � � � � � � �(2) Any order for a combination of items in excess of 2130; or � � � � � � � � � � �(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section."" TO: � � � � � � � ""(b) Maximum order. The Contractor is not obligated to honor -- � � � � � � � � � � �(1) Any order for a single item in excess of 533 PK; � � � � � � � � � � �(2) Any order for a combination of items in excess of 533 PK; or � � � � � � � � � � �(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section."" All other terms and conditions of solicitation W912CH-24-R-0014, except for those addressed by Amendment 0001, remain in full forceand effect. � ________________________________________________________________________________________________- 1. SOLICITATION: The United States Army Contracting Command � Detroit Arsenal (ACC-DTA) is issuing a solicitation for the items listed below. The resulting contract is intended to be a Firm-Fixed-Price (FFP), 5-year Indefinite Delivery Indefinite Quantity (IDIQ) type contract. This solicitation is for the following items: Noun: Type V Main Panel Assembly Part Number: 11-1-2780-8 NSN: 1670-01-304-3006 Unit of Issue: Package (PK) Estimated Quantity: Varies, see solicitation 2. There are Technical Data Packages (TDP) associated with this requirement. They are Distribution Code ""A"", which is available for public release. 3. This solicitation contains provisions and clauses that require you, the Offeror, to complete fill-ins and/or representations. Please review and complete all such fill-ins. Your offer may be determined ineligible for award if these fill-ins and representations are not completed. 4. Please acknowledge all amendments to this solicitation in the space provided under Section A.3. Include the number and date of each amendment. 5. The solicitation, W912CH-24-R-0014, has a specific due date and time. CAUTION: This solicitation is issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is, in fact, unable to maintain a mailing list. The burden is therefore on any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any amendments and to respond to them prior to the date and time set for receipt of proposals may render your proposal nonresponsive and result in the rejection of the proposal. 6. NOTICE TO ALL CONTRACTORS: All contractors who provide goods/services to the Department of Defense (DoD) must be registered in the System for Award Management (SAM). You may register via the Internet at https://www.sam.gov/SAM/pages/public/loginFAQ.jsf. Further information may be obtained through the internet at: https://www.sam.gov/SAM/pages/public/loginFAQ.jsf. 7. To be considered for award, please return one signed copy of your offer to: William Anderson (William.d.anderson8.civ@army.mil) no later than 4:30PM Eastern Standard Time (EST) on Tuesday, 18 June 2024. If you have any further questions, please contact William Anderson via email at william.d.anderson8.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/731306894b9042fbb9b4458bebd8df8d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07110686-F 20240629/240627230120 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.