SOLICITATION NOTICE
95 -- Rolled Homogeneous Armor (RHA) Plates - COMBO SYNOPSIS SOLICITATION - A01 - MIL-A-12560H RHA Amend 4 - A02 - Provisions and Clauses Full-Text Attachment
- Notice Date
- 7/25/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331110
— Iron and Steel Mills and Ferroalloy Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-16-T-0226
- Archive Date
- 8/16/2016
- Point of Contact
- Swati Jain, Phone: 3013940045
- E-Mail Address
-
swati.jain2.civ@mail.mil
(swati.jain2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- A02 - Provisions and Clauses Full-Text Attachment A01 - MIL-A-12560H RHA Amend 4 COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 95 2. NAICS Code: 331110 3. Subject: Rolled Homogeneous Armor (RHA) Plates 4. Solicitation Number: W911QX-16-T-0226 5. Set-Aside Code: 100% Small Business 6. Response Date: 08/01/2016 7. Place of Delivery/Performance: U.S. Army Research Laboratory US Army Contracting Command - APG Adelphi Contracting Division 321 Colleran Road Aberdeen Proving Ground MD 21005 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-16-T-0226 This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 dated 14 July 2016. (iv) This acquisition is set-aside 100 percent for small businesses. The associated NAICS code is 331110. The small business size standard is 1500 Employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN QTY Rolled Homogeneous Armor (RHA) Plates DESCRIPTION (Thickness (in) x Length (ft) x Width (ft) 0001 2 1" x 10' x 24' 0002 1 1" x 10' x 16' 0003 4 1" x 8' x 24' 0004 3 2" x 8' x 12' 0005 1 2" x 10' x 12' 0006 2 2" x 8' x 18' 0007 3 2" x 10' x 18' (vi) Description of requirements: The Contractor shall provide Rolled Homogeneous Armor (RHA) Plates. All plates shall meet Military Specification: MIL-A-12560, Class 1, Rev. H, AMD 4. Sizes and quantities are specified in above table. See attachment "MIL-A-12560H RHA Amend 4" for the Military Specification: MIL-A-12560 description. (vii) Delivery is required NLT 120 Days ARO. Delivery shall be made to 321 Colleran Road Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground. FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria (Lowest Price Technically Acceptable) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any) (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer (valid sam.gov copy is acceptable). (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, Gratuities 52.203-6, Restriction On Subcontractor Sales To The Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013), 52.219-6, Notice Of Total Small Business Set-Aside (Nov 2011) 52.219-8 Utilization Of Small Business Concerns (OCT 2014) 52.219-14 Limitations On Subcontracting (NOV 2011) 52.219-28, Post-Award Small Business Program Rerepresentation (July 2013) 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Apr 2015), 52.222-35, Equal Opportunity For Veterans (JUL 2014) 52.222-36, Affirmative Action for Workers with Disabilities (July 2014), 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans (JUL 2014) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons (March 2, 2015), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.232-36, Payment by Third Party DFARS: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.203-7005, Representation Relating to Compensation of Former DoD Officials, 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure, 252.204-7012, Safeguarding of Unclassified Controlled Technical Information, 252.204-7015, Disclosure of Information to Litigation Support Contractors, 252.213-7000, Notice Prospective Suppliers on use of Past Performance Information Retrieval System-Statistical Reporting in Past Performances Evaluations (JUNE 2015), 252.222-7007, Representation Regarding Combating Trafficking in Persons (JAN 2015), 252.225-7000, Buy American-balance of Payments Program Certificate--Basic (NOV 2014), 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (OCT 2015), 252.223-7008, Prohibition of Hexavalent Chromium, 252.225-7001, Buy American and Balance of Payments Program, 252.225-7008, Restriction on Acquisition of Specialty Metals 252.225-7012, Preference For Certain Domestic Commodities 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010, Levies on Contract Payments, 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items, 252.247-7022, Representation of Extent of Transportation by Sea (AUG 1992) 252.247-7023, Transportation of Supplies by Sea, (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16 --Commercial and Government Entity Code Reporting. 52.204-18 Commercial and Government Entity Code Maintenance.52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.204-0009 Contract-wide: by Fiscal Year. (SEP 2009) 252.204-7003 Control of Government Personnel Work Product (APR 1982) Full Text clauses: 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (JUNE 2016) APG-ADL-H.5152.211-4401Alt I Receiving Room Requirements- APG Alternate I (JAN 2003) APG-ADL-I.5152.212-4401 DFARS Commercial Acquisition Provisions And Clauses (Mar 2015) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NA. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 08/01/2016, by 11:59 AM EST, at swati.jain2.civ@mail.mil (xvii) For information regarding this solicitation, please contact Swati Jain at swati.jain2.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/74a1fa29228eb31e66b25371be8f47a6)
- Record
- SN04194811-W 20160727/160725235809-74a1fa29228eb31e66b25371be8f47a6 (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 |