Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
SOLICITATION NOTICE

99 -- Polyethylene Sheet IDIQ - Attachments/Exhibits

Notice Date
2/21/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326112 — Plastics Packaging Film and Sheet (including Laminated) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-18-T-3002
 
Archive Date
3/23/2018
 
Point of Contact
Nicholas J. Brown, Phone: 3097827252
 
E-Mail Address
nicholas.j.brown91.civ@mail.mil
(nicholas.j.brown91.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit B - CDRL A002 Exhibit A - CDRL A001 Attachment 0002 - Price Matrix Attachment 0001 - Commercial Clause Addendum This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This synopsis/solicitation is issued using Simplified Acquisition Procedures pursuant to FAR Part 12.603, Streamlined Solicitation for Commercial Items. The Army Contracting Command - Rock Island hereby issues a combined synopsis/solicitation Request for Quote (RFQ) W52P1J-18-T-3002 for the procurement of the following: CLIN 0001: Sheet, Polyethylene Static Dissipative, in accordance with drawing 13019990 revision A dated 01 April 2013, MIL SPEC MIL-DTL-82646 revision B dated 30 October 2008, and MIL SPEC MIL-DTL-70549 revision A dated 06 March 2017. CLIN 0002: First Article Test. Fifteen (15) First Article Test (FAT) samples are required, in accordance with Exhibit A - CDRL A001, Exhibit B - A002 and FAR 52.203-3 Alt I (See Attachment 0001 - Commercial Clause Addendum). Each delivery must be accompanied by Material Certification and Test Data. First Article Test samples will be required IAW FAR Clause 52.209-3 Alt I - FIRST ARTICLE APPROVAL. See Attachment 0001- Commercial Clause Addendum This requirement is issued as a 100% Small Business Set Aside with size standard for small business of 1000 employees. The applicable NAICS code is 326112. Inspection and Acceptance is Destination. FOB point is Destination to Pine Bluff Arsenal, Pine Bluff, Arkansas. The result of this synopsis/solicitation will be a 5-year Firm Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract with an approximate maximum quantity of 175,000 each of CLIN 0001. The guaranteed minimum quantity is 13,000 each of CLIN 0001 to be awarded concurrently against Delivery Order 0001. The Government is under no obligation to place subsequent orders after the award of the guaranteed minimum quantity. With the exception of the guaranteed minimum contract quantity to be awarded on Delivery Order 0001, the Government's projected order quantities are estimates only and based on the best available information to date. Ordering Periods (OP) are as follows: OP 1: Date of Award - 31 December 2018 OP 2: 01 January 2019 - 31 December 2019 OP 3: 01 January 2020 - 31 December 2020 OP 4: 01 January 2021 - 31 December 2021 OP 5: 01 January 2022 - 31 December 2022 CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contract shall not exceed the maximum quantity and contract value stated in the following table. MINIMUM MINIMUM MAXIMUM MAXIMUM QUANTITY AMOUNT QUANTITY AMOUNT 13,000 - 175,000 - DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE The minimum quantity and order value for each Delivery/Task Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery/Task Order issued shall not exceed the maximum quantity and order value stated in the following table. MINIMUM MINIMUM MAXIMUM MAXIMUM QUANTITY AMOUNT QUANTITY AMOUNT 2,000 - 35,000 - CLIN DELIVERY/TASK ORDER MINIMUM/MAXIMUM QUANTITY AND CLIN ORDER VALUE The minimum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Delivery/Task Order issued for this CLIN shall not exceed the maximum quantity and order value stated in the following table. MINIMUM MINIMUM MAXIMUM MAXIMUM CLIN QUANTITY AMOUNT QUANTITY AMOUNT 0001 5,000 35,000 1. The offeror shall complete the Polyethylene Sheet 81MM Price Matrix (Attachment 0002). 2. The offeror shall enter firm-fixed-prices for the First Article Testing (FAT) for each Ordering Period and Quantity Range within Polyethylene Sheet 81MM Price Matrix, Attachment 0002. All unit prices proposed will be binding. Proposed unit prices are limited to two decimal places and shall be stated in current U.S. dollars. 3. The Government reserves the right to require the submission of any data (i.e. cost or pricing data) necessary to validate the reasonableness of an offer. 4. Each area that requires the offeror's input has been highlighted in Yellow. Failure to complete the Polyethylene Sheet 81MM Price Matrix in its entirety may deem an offeror as non-responsive. 5. No other information is to be added to the Price Matrix, nor shall offerors make any changes to the Price Matrix. DELIVERY: See Attachment 0001 - Commercial Addendum, FAR 52.211-8 TIME OF DELIVERY for Delivery Schedule Delivery shall be sent FOB Destination to following addresses: Pine Bluff Arsenal Central Shipping and Receiving Point (CSRP) Bldg. 53-990, 504th Street Pine Bluff, AR 71602-9500 6. This contract is a rated order under Defense Priorities and Allocations System (DPAS) (15 CFR 700) with an assigned rating of DO-A6. 7. The Technical Data Package (TDP) is Distribution D, and will be available by going to the Federal Business Opportunities (FBO) website www.fbo.gov if/when the solicitation is posted. Contractors must have an FBO account prior to accessing any Technical Data Package (TDP). ACC-RI will no longer make TDPs available to order via CD-ROMS. See Attachment 0001 - Commercial Clause Addendum, Technical Data Package Information, and Distribution and Destruction of Restricted Technical Data. 8. For Delivery orders issued against the contract resulting from this combined synopsis/solicitation, the payment will be made by DFAS, via Wide Area Workflow (WAWF). 9. List of Attachments: Attachment 0001 - Commercial Clause Addendum Attachment 0002 - Price Matrix List of Exhibits: Exhibit A - CDRL A001, Test/Inspection Report - First Article Test Reports, Pre-Production, Lot Acceptance Report Exhibit B - CDRL A002, Technical Report - Certificate of Analysis, Material Certification, Certificate of Conformance 10. Evaluation Factors for Award: 1. The Government will evaluate offers based on prices proposed in all quantity ranges, all ordering periods, and any other price related factors required by the solicitation. 2. The Government will calculate a Weighted Evaluation Price by multiplying the proposed unit prices for each quantity range and each Ordering Period by their respective weight and maximum quantity, and summing the totals. The weight associated with each range represents the likelihood that an order, if placed, would be placed within that range. The Total Evaluated Price is the sum of the Weighted Evaluation Price and First Article Test for all Ordering Periods. The Total Evaluated Price will be determined by summing the Evaluated Ordering Period Prices. 3. The Total Evaluated Price will be evaluated, but will not be assigned a rating. 4. The Total Evaluated Price will be evaluated utilizing the proposal analysis techniques IAW with FAR 15.404. 5. Proposals will be reviewed to identify any Unbalanced Pricing. In accordance with FAR 15.404-1(g), Unbalanced Pricing, a proposal may be rejected if the Contracting Officer determines the lack of balance poses an unacceptable risk to the Government. The solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88, dated 15 Jun 2016.The following FAR provisions apply to this procurement: FAR Clause 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition, with below addendum Notice to Offerors to the provision. FAR Clause 52.212-2, Evaluation- Commercial Items applies to the acquisition. The evaluation factor will be Price. The offeror with the lowest total evaluated price will receive the award. FAR Clause 52.212-3 with its Alternate I paragraphs (c) through (o), Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition, with below addendum Notice to Offerors to the provision. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Within this clause, the following additional FAR clauses as cited are applicable to this acquisition: FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). FAR Clause 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). FAR Clause 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). FAR Clause 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). FAR Clause 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). FAR Clause 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). FAR Clause 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)). FAR Clause 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 3126). FAR Clause 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR Clause 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). FAR Clause 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). FAR Clause 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). FAR Clause 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O.13513). FAR Clause 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). FAR Clause 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). Offeror price quotation will remain valid for sixty (60) days. Quotations are due no later than 2:00pm Central Time, 08 March 2018. Quotations should include a completed copy of this combined synopsis/solicitation and Commercial Clause Addendum, and shall be provided ONLY by email to Mr. Nicholas Brown at Nicholas.j.brown91.civ@mail.mil. Clearly identify the Solicitation Number and company point of contact (email and phone number) on your submittal. Government POC is Mr. Nicholas Brown, CCRC-IS, 309-782-7252 or Ms. Marianne Whitmer, CCRC-IS, 309-782-6605.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a42c01bf9f10341e06f33630ffb02819)
 
Record
SN04829688-W 20180223/180221231356-a42c01bf9f10341e06f33630ffb02819 (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.