SOLICITATION NOTICE
95 -- ALUMINUM ARMOR PLATE, .375 X 4 FT X 12 FT ONLY. DELIVERY TO ANNISTON ARMY DEPOT AND ROCK ISLAND ARSENAL.
- Notice Date
- 11/5/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- TACOM - Anniston, Directorate of Contracting, ATTN: AMSTA-AN-CT, Building 221, 7 Frankford Avenue, Anniston, AL 36201-4199
- ZIP Code
- 36201-4199
- Solicitation Number
- W911KF-04-Q-0011
- Response Due
- 11/12/2003
- Archive Date
- 1/11/2004
- Point of Contact
- Linda Carlston, 256 235-4141
- E-Mail Address
-
Email your questions to TACOM - Anniston, Directorate of Contracting
(carlstonl@anad.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes th e only solicitation; quotations are being requested and a written solicitation will not be issued. The combined Synopsis/Request for Quotation (RFQ) number is W911KF-04-Q-0011. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16, Effective 31 Oct 03. This procurement is UNRESTRICTED. ----- Offers are due no later than 12 NOV 03, 11:00 AM local time, at FAX (256) 235-4618 or email to acqnet@anad.army.mil. ----- The North American Industry Classification System (NAICS) Code is 331315 with a size standard of 750 employees. DESCRIPTION: FSC 9515, Plate, Armor, Aluminum, per MIL-A 12560 Class 1, .375 inches thick, 4 ft x 12 ft only. Offers for other sizes will not be accepted. Offer MUST INCLUDE with quote a copy of mill order specifications for product offered under this solicitation. MILL CERTIFICATION REQUIRED AT THE SAME TIME AND WITH EACH DELIVERED SHIPMENT. Total Order Quantity is 2800 PL (plates). CRITICAL URGENT DELIVERY. Partial deliveries are acceptable. Each shipment shall be divided EQUALLY and sent AT THE SAME TIME to Anniston Army Depot, Bldg 451, Anniston, AL, AND Rock Island Arsenal, Bldg 299, Rock Island, IL. Minimum partial shipme nt size to both sites is 100 PL, 50 PL to each site. For example, if 100 PL can be shipped, ship 50 PL to each site. Of the total quantity of 2800, 1400 will be shipped to Anniston Army Depot and 1400 will be shipped to Rock Island Arsenal. Delivery com pletion required no later than 15 Jan 04. QUOTE BEST DELIVERY POSSIBLE. IMMEDIATE SHIPMENT DESIRED UPON AWARD. SPECIAL NOTE: DFARS 252.225-7001 Buy American Act-Balance of Payments Program-Supplies, applies. Offers must clearly specify materials source and manufacturing location. EVALUATION: Award will be made to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, considering price and price related factors. The following factors will be used to evaluate offers: 1) De livery, 2) Price. Delivery is slightly more important than price. - - - Offerors may quote quantities less than those requested; minimum quote quantity is 100. Government reserves the right not to award on quotes offering less than the total requested quantity of 2800. - - - PACKAGING In accordance with ASTM Designation D 3951-90, Standard Practice for Commercial Packaging, material covered by this contract will be acceptable with supplier's off-the-shelf or over-the-counter packaging providing: (1) Cleanliness: Items shall be free of dirt and other contaminants (except protective coatings or preservatives) (2) Preservation: Items susceptible to corrosion or deterioration shall be provided protection such as preservative coatings, volatile corrosion inhibitors, or desiccate d unit packs. (3) Cushioning: Items requiring protection from physical and mechanical damage or which are fragile in nature shall be appropriately protected. (4) The quantity per unit pack shall be the same as that used in commercial distribution or over -the-counter retail sales. (5) The individual items not unit-packed may either be packed in shipping containers or shall comply with the regulations of the carrier used. (6) The exterior (shipping) containers shall contain a packing list or other documen tation setting forth contents and shall be addressed as specified in the Ship-To portion of this order. (7) Shipping Containers: The shipping container (including any necessary blocking, bracing, cushioning, and waterproofing) shall comply with the regul ations of the carrier used and shall provide safe delivery to the destination. MARKING. Unless otherwis e specified, exterior packs shall, as a minimum, be marked as follows by any means that provides legibility and durability: a. National Stock Number (NSN), Management Control Number (MCN), or Part Number. b. Noun. c. Quantity, unit, and unit of issue . d. Contract, Purchase Order, or Delivery Order number. THIS IS A COMMERCIAL ACQUISITION. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. ADDENDUM TO 52.212-1c is changed as follows: Change 30 calendar days to 90 calendar days. The remainder of this paragraph remains the same. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. ADDENDUM TO FAR 52.212-4 (o), Warranty, is changed in its entirety to read as follows: The Contractor agrees that the supplies or services furnished under this contract shall be covered by the most favorable commercial warranties the Contractor gives to any customer for such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the Government by any other clause of this contract. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, to include clauses FAR 52.203-6, 52.211-16 10 percent increase on each line item, 52.219-6, 52.21 9-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.225-13, 52.232-33, and 52.232-36. Other applicable FAR clauses: 52.204-6, 52.222-1, 52.222-18. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies, including FAR 52.203-3, DFARS 252.225-7000, 252.225-7001, 252.225-7002, 252.225-7012, 252. 225-7014, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024. Other applicable DFARS clauses: 252.225-7000, 252.225-7002. This item is not a Recovered Materials Content Item as identifed by Environmental Protection Agency guidelines. SIGNATURE AUTHORITY (a) The individual signing this offer must have authority to bind the offeror to a contract. FAR 4.102(a) through (e) require that the contracting officer have specific evidence of the signer's authority to bind the offeror. This evid ence of authority is a condition that must be met before the contracting officer can execute any contract resulting from this solicitation. (b) Offerors MUST PROVIDE evidence, appropriate to their business category, of the signer's authority to bind them on a contract. This evidence may be: (1) Furnished as an attachment to its offer; or (2) Identified in its offer by specific reference to an earlier offer submitted to this buying office within the past 12 months, where the signer's authority was confirm ed by attachment to that offer; or (3) Furnished upon receipt of a specific request for the information from the contracting officer. (Note that, per FAR 52.214-12(b) and 52.215-13(b), agents signing on behalf of another offeror must provide evidence of t heir authority per (b)(1) or (2) above.) 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 Pr otest 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 o r 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 with in the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command, Office of Command Counsel, ATTN: AMCCC-PL, 5001 Eisenhower Ave, Alexandria, VA 22333-0001, Facsimile number (703) 617-4999/5680, Voice Number (703) 617-8176. The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/ protest/protest.html . If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. This order is rated-- DO A4A -- under the Defense Priorities and Allocations System (DPAS). Offerors MUST INCLUDE with offer a completed copy of FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items, AND a completed copy of DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. ELECTRONIC SUBMISSION OF OFFERS. All responses to this solicitation must be submitted in digitized format. Paper copy responses will not be accepted. You may submit your response to Anniston Army Depot (ANAD) using email (only to acqnet@anad.army.mil) o r fax your offer to our fax modem at telephone number 256 235-4618. Offers submitted using any other means will not be accepted. If format is other than Microsoft Word, Microsoft Excel, Microsoft Access, Microsoft PowerPoint, or Portable Document Format (PDF), a reader program must be provided. Offeror must insure its offer, in its entirety, reaches the Directorate of Contracting, Anniston Army Depot, before the time set for opening or closing of the solicitation. Any clauses or provisions of this solic itation which mention writing, returning, or submission of offer will mean electronic submission as stated in the paragraph above. Electronic offers must identify the solicitation and the opening/closing date, and include, as a minimum, the following: a. The Offer filled out and signed. b. All applicable fill-in provisions from the solicitation must be completed. c. Any other information required by the solicitation. Lateness rules are outlined in the solicitation. If you choose to password-protect access to your offer, you must provide the password to ANAD before the opening or closing date. Contact the buyer identified on the cover page of this solicitation to arrange a means of providing the password. Passwords used only for the purpose of write protecting files need not be provided. Offerors shall make every effort to ensure that their offer is virus-free. Offers (or portions thereof) submitted which DO reflect the presence of a virus, or which are otherwise re ndered unreadable by damage in either physical or electronic transit, shall be treated as unreadable. See Federal Acquisition Regulation 14.406 or 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. Any bid bond required by this solicitation must be submitted with offer in the above mentioned electronic format. Also, the properly completed original bid bond must be furnished to the Directorate of Contracting, Anniston Army Depot, 7 Frankford Ave, Anniston, AL 36201-4199, prior to the opening or closing of the solicitation. 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 a ny 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. Requests for general information concerning this solicitation should be made to Linda Carlston, Contract Specialist, (256) 235-4141, or email: carlstonl@anad.army.mil . FAR and DFARS Clauses can be obtained at the following website. http://farsite.hill.af.mil/VFFAR1.HTM
- Place of Performance
- Address: TACOM - Anniston, Directorate of Contracting ATTN: AMSTA-AN-CT, Building 221, 7 Frankford Avenue Anniston AL
- Zip Code: 36201-4199
- Country: US
- Zip Code: 36201-4199
- Record
- SN00465229-W 20031107/031105213750 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |