Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
SOLICITATION NOTICE

A -- Lightweight Barrel

Notice Date
5/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-11-T-F006
 
Response Due
6/14/2011
 
Archive Date
7/14/2011
 
Point of Contact
Jaye Rivera, Contract Specialist, (973)724-9294
 
E-Mail Address
Jaye Rivera
(jaye.s.rivera@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format contained in FAR Subparts 12.6 and 13 Simplified Acquisition Procedures as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Government anticipates awarding multiple firm fixed price purchase orders for the requirement listed below as a small business set-aside. The Government reserves the right to award single or multiple awards.Solicitation Number W15QKN-11-T-F005 is issued as a Request for Quotation (RFQ) and must be referenced in all proposals sent in response to this request. It is the responsibility of any interested parties to periodically check for any amendments to this solicitation. NAICS code is 332994. Small business size standard is 500. The US Army Contracting Command, Picatinny Arsenal, NJ 07806-5000, is soliciting to procure five (5) lightweight barrels for the intended purpose of improving the performance of low rate of fire weapons, such as bolt action sniper rifles. The Contract Line Item Number (CLIN) for this solicitation is CLIN 0001 for a quantity of five (5) each commercially available lightweight barrels. The requirements are:1)Readiness Level: Design is ready to work in its final form and under expected conditions and the manufacturer currently has the required tooling/machinery to fabricate and deliver small sample quantities within 90 days after contract award for Government evaluation. The manufacturers existing technical data currently provides sufficient data to support fabrication of prototype materiel (Developmental Design Drawings) and production processes are mature enough to reliably fabricate samples for evaluation. (See MIL-DTL-31000C, section 3.6.1 for Developmental and Product drawing definitions). 2)Technology/Technical Approach: Weight reduction that is accomplished solely by removing steel from a barrel (e.g. fluting, tapering) is not considered an alternative to current Army barrel technologies/configurations and does not meet the requirements of this contract. The barrel hardware shall be composed of materials other than commonly used barrel materials (i.e. stainless or chrome moly). Applicable technologies/processes include, but are not limited to, carbon fiber wrapped or low density alloy composite barrels and/or new manufacturing methods that enable the use of alternative barrel alloys to reduce weight and maintain or improve barrel stiffness. 3)Chamber dimensions. The chamber shall conform to the chamber dimensions and tolerances as specified in ANSI/SAAMI 2299.4 for.300 Winchester Magnum Ammunition. All chambers must be cut short. Customer will perform final chambering when mated with existing receiver. 4)Interface: The chambered end of each barrel shall interface with a Remington 700 Long Action receiver. Interface specifications shall be provided upon request. 5)Barrel length: The barrel length shall be 23.5 to 24.5 inches when measured from the bridgeface of the bolt to the end of the barrel face. 6)High Pressure Resistance: All delivered barrels shall be capable of withstanding the proof firing of one proof cartridge derived from service load standard deviations as specified in ANSI/SAAMI 2299.4 using Mk248 MOD 1 (DODIC AB43, 220 grain) ammunition as the service load. Barrels shall be free of cracks after proof firing as evidenced by visual and magnetic particle inspection. 7)The contractor shall deliver five (5) barrels to the government. 8)All deliverables are due within 90 days after contract award to US Army with acceptance at destination. Delivery of the five (5) lightweight barrels shall be shipped using best commercial practices to: PM Individual Weapons Attn: Mr. Joshua Semick 4th Ave Bldg 91Picatinny Arsenal, NJ 07806-5000 Phone: 973-724-8253 Delivery will be F.O.B. Origin. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. As stated in FAR 52.212-2, Evalutation-Commercial Items, up to four (4) awards will be made to responsible offerors whose offer is determined to be the best value to the Government based on Technical Capabilities, Price, and Past Performance. The offers will be determined to be technically acceptable based on an in house technical evaluation. The technical evaluation will be a determination as to whether the product meets technical requirements/specifications as identified above. In accordance with 12.602(b), past performance shall be evaluated with the procedures in FAR 13.106. FAR Provision 52.212-1 Instructions to OfferorsCommercial Items applies.Provisions/Clauses: Offerors are required to complete and include a copy of the following FAR provisions with their proposals:52.211-15 Defense Priority and Allocation Requirement (Apr 2008)52.212-3 Offeror Representation and Certification Commercial Items52.212-4 Contract Terms and Conditions Commercial Items52.215-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items52.232-33 Payment Buy Electronic Funds Transfer Central Contractor Registration52.247-29 F.O.B. Origin (Feb 2006)52.247-68 Report of Shipment (Repship) (Feb 2006)The following DFARS provisions must be included:252.212-7000 Offer Representations and Certifications Commercial Items252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country252.247-7022 Representation of Extent of Transportation By SeaThe following DFARS clauses must also be included:252.204-7004 Required Central Contractor Registration252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items.252.227-7015 Technical Data Commercial Items252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008)252.245-7000 Government -Furnished Mapping, Charting and Geodesy Property (Dec 1991) Full text versions of FAR and DFARS provisions and clauses can be found at http://www.acqnet.gov.Failure to provide any of the documents requested in this notice may render your proposal unacceptable and ineligible for an award. Offers shall be submitted on official company letterhead and include a Commercial and Government Entity (CAGE) code and Data Universal Numbering System (DUNS) number.Offers shall be received at the contracting office no later than 5:00PM EST 6/14/11. Offers shall be submitted via e-mail to jaye.s.rivera@us.army.mil, or mail to: Army Contracting Command (ACC), Attn: Jaye Rivera, Building 9 Phipps Road, Picatinny Arsenal, NJ 07806-5000. The contracting office is not responsible for incomplete, late, lost, misdirected or postage-due mail or for any technical malfunction, lost-delayed data transmission, omission, interruption, deletion, defect, or line failure in connection with any telephone network, computer equipment, software or any combination thereof. Awards shall be made to the offeror(s) whose proposal represents the best value to the Government. Technical capabilities and price shall be subjectively compared to determine the combination that is most advantageous to the Government and an award(s) shall be made on that basis. The Government reserves the right to make award to other than the lowest priced offers or to other than the offer with the lowest Proposed Risk rating if the PCO determines that to do so would result in the best value to the Government. For information regarding this solicitation please contact Jaye Rivera at jaye.s.rivera@us.army.mil prior to the applicable closing date. Clauses full text:52.212-2 -- Evaluation -- Commercial Items.Evaluation -- Commercial Items (Jan 1999)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:____________Technical Capabilities_______________ _________________Price______________________ _____________Past Performance________________Technical and past performance, when combined, are more important when combined, when compared to price.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of Provision) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2011)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:[Contracting Officer check as appropriate.]___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note).___ (5) 52.204-11, American Recovery and Reinvestment ActReporting Requirements (Jul 2010) (Pub. L. 111-5).___ (6) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items).___ (7) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a).___ (8) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).___ (9) [Reserved]__X__ (10) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644).___ (ii) Alternate I (Oct 1995) of 52.219-6.___ (iii) Alternate II (Mar 2004) of 52.219-6.___ (11) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).___ (ii) Alternate I (Oct 1995) of 52.219-7.___ (iii) Alternate II (Mar 2004) of 52.219-7.___ (12) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)).___ (13) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).)___ (ii) Alternate I (Oct 2001) of 52.219-9.___ (iii) Alternate II (Oct 2001) of 52.219-9.___ (iv) Alternate III (July 2010) of 52.219-9.___ (14) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)).___ (15) 52.219-16, Liquidated DamagesSubcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).___ (16) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer).___ (ii) Alternate I (June 2003) of 52.219-23.___ (17) 52.219-25, Small Disadvantaged Business Participation ProgramDisadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).___ (18) 52.219-26, Small Disadvantaged Business Participation ProgramIncentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).___ (19) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f)._X_ (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)).___ (21) 52.219-29, Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011).___ (22) 52.219-30, Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011)._X_ (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755).__X__ (24) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jul 2010) (E.O. 13126).__X__ (25) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).__X__ (26) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).___ (27) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).__X__ (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).___ (29) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).___ (30) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).___ (31) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)___ (32) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)___ (33) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).___ (34) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423).___ (ii) Alternate I (Dec 2007) of 52.223-16.__X__ (35) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513).__X__ (36) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d).___ (37) (i) 52.225-3, Buy American Act Free Trade Agreements Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138).___ (ii) Alternate I (Jan 2004) of 52.225-3.___ (iii) Alternate II (Jan 2004) of 52.225-3.___ (38) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).__X_ (39) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).___ (40) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).___ (41) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).__X_ (42) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).__X_ (43) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)).__X__ (44) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003) (31 U.S.C. 3332).___ (45) 52.232-34, Payment by Electronic Funds TransferOther Than Central Contractor Registration (May 1999) (31 U.S.C. 3332).___ (46) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332).___ (47) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).___ (48) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631).___ (ii) Alternate I (Apr 2003) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:[Contracting Officer check as appropriate.]___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.).___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).___ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).___ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.).___ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247).___ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractors directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).(ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(iii) [Reserved](iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.(viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.)(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.)(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xiv) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause) ES6901 Acceptance52.246-4000 [ ] Acceptance will be at the Contractor's plant. [X] Acceptance will be at destination. ES6902 Government Procurement Quality Assurance (PQA) actions 52.246-4001 GOVERNMENT PROCUREMENT QUALITY OCT/2010 ASSURANCE ACTIONS Government Procurement Quality Assurance (PQA) actions will be accomplished by the Governments Quality Assurance Representative (QAR) at: [X] Contractors Plant [ ] Destination [ ] Other: The Contractors plant except for tests conducted at a Government Facility or Proving Ground. JM&L 193 - Commercial Packaging Requirements 52.211-4000 COMMERCIAL PACKAGING REQUIREMENTS OCT/2010 1. 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 contaminants. 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. 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. 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. 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. 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. Marking All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in accordance with MIL-STD-129, Revision P, Change Notice 4, Date 19 September 2007 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. 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 4145.3. 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. 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 commercialheat 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 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. 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. GS6035 Army Electronic Invoicing Instructions52.232-4004 ARMY ELECTRONIC INVOICING INSTRUCTIONS OCT/2010Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, theContracting Officer, the contract administration office, and the payment office. [X] Wide Area Workflow (WAWF) (see instructions below) [ ] Web Invoicing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats(http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify)_______________________ DFAS POC and Phone: _________________________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions:Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS)_________TBD_____________ at _______TBD__________ or faxed to _______TBD____________. Please have your purchase order/contract number ready when calling about payments.You can easily access payment and receipt information using the DFAS web site athttp://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required toinquire about the status of your payment.The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate][ ] Commercial Item Financing[ ] Construction Invoice (Contractor Only)[ ] Invoice (Contractor Only)[X] Invoice and receiving Report (COMBO)[ ] Invoice as 2-in-1 (Services only)[ ] Performance Based Payment (Government Only)[ ] Progress Payment (Government Only)[ ] Cost Voucher (Government Only)[ ] Receiving Report (Government Only)[ ] Receiving Report with Unique Identification (UID) Data (Government Only) UID is a newglobally unique part identifier containing data elements used to track DOD parts throughtheir life cycle.[ ] Summary Cost Voucher (Government Only)CAGE CODE: __TBD______________ISSUE BY DODAAC: ___W15QKN_____________ADMIN BY DODAAC: __ W15QKN ______________INSPECT BY DODAAC: __ W15QKN ______________ACCEPT BY DODAAC: __ W15QKN ______________SHIP TO DODAAC: __W15BW9______________LOCAL PROCESSING OFFICE DODAAC: __W15QKN______________PAYMENT OFFICE FISCAL STATION CODE: __TBD______________EMAIL POINTS OF CONTACT LISTING: __jaye.s.rivera@us.army.mil______________INSPECTOR: __Travis James (973) 724-4591______________ACCEPTOR: __Travis James (973) 724-4591______________RECEIVING OFFICE POC: __Jaye Rivera (973) 724-9294______________CONTRACT ADMINISTRATOR: __Travis James (973) 724-4591______________CONTRACTING OFFICER: __Travis James (973) 724-4591______________ADDITIONAL CONTACT: __Frank Corradi (973) 724-5421______________For more information contact: _n/a____________________________ LS7016 HQ AMC-Level Protest Program 52.233-4000 HQ AMC-LEVEL PROTEST PROGRAM OCT/2010 a. 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: HQ Army Materiel Command Office of Command Counsel ATTN: AMCC-PL 9301 Chapek Road Fort Belvoir, VA 22060 Facsimile number (703) 806-8866 or 8875 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. AS7029 Disclosure of Unit Price Information52.224-4001 DISCLOSURE OF UNIT PRICE INFORMATION OCT/2010 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/98e2b045cd9f876b4fc394eaf87bb591)
 
Record
SN02446790-W 20110514/110512235040-98e2b045cd9f876b4fc394eaf87bb591 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.