SOLICITATION NOTICE
99 -- Finishing of UH60 Metal Parts - AMSTA-AR 1350 Form
- Notice Date
- 10/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN19R0019
- Archive Date
- 11/27/2018
- Point of Contact
- PAMELA JENNINGS,
- E-Mail Address
-
pamela.e.jennings.civ@mail.mil
(pamela.e.jennings.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- NDA - Metal Finishing GFP Valuation Quality Assurance Plan Appendix A CDRLS 0001-0002 AMSTA-AR 1350 Form This is a combined synopsis/solicitation for a commercial item 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; a written solicitation will not be issued. Solicitation No. W15QKN-19-R-0019 is issued as a request for proposal (RFP) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-61. This requirement has been set-aside for small businesses under NAICS code 332999 with a small business size standard of 750 employees. The U.S. Army Contracting Command (ACC-NJ), Picatinny Arsenal, NJ intends to award one (1) firm-fixed-price (FFP) purchase order, on a competitive basis, for finishing of UH60 metal parts, in accordance with the following Statement of Work (SOW) requirements: 1. Background: The Armament Research, Development and Engineering Center (ARDEC) research and development organizations require a wide range of manufacturing processes. To continue support of our joint warfighters and to maintain schedules, it is vital that we utilize our local industry partners for certain efforts. Current in-house capabilities are not well suited for this task due to the specialty equipment, training, permits and disposal requirements of painting and organic coatings. 2. Scope: This task shall cover the finish coating and part number marking of the items listed in Appendix A. 3. Applicable Drawings & Documents: 3.1. All drawings listed in Appendix A 3.2. MIL-A-8625F, Anodic Coatings for Aluminum and Aluminum Alloys (10 SEP 1993) 3.3. MIL-STD-130N, Identification Marking of US Military Property (17 DEC 2007) 3.4. SAE-AMS 2700C, Passivation of Corrosion Resistant Steels (23 MAR 2004) 3.5. MIL-DTL-53072D, Chemical Agent Resistant Coating System (20 DEC 2010) 3.6. MIL-PRF-23377, Primer Coatings: Epoxy, High Solids (10 APR 2007) 3.7. AMS QQ-P-416, Cadmium Plating (1 JULY 2000) 3.8. AMS QQ-P-416C, Cadmium Plating (1 SEP 2009) 4. Requirements: 4.1. The contractor shall clean, anodize, passivate, plate, and or prime all parts listed in Appendix A per the respective finishing callouts as required by each drawing number. 4.2. The contractor shall mark each part with its respective part number and manufacturer cage code per MIL-STD-130N located per each drawing number. Letters shall be a minimum of 1/8" high and covered with a clear lacquer as per the specific drawings. If the size of the part itself does not permit letters of the size required then the part shall be individually bagged and labeled with the required information. 4.2.1. Part numbers should read as the following example: *Design CAGE Code*-*part number*-*Revision Letter* MFR: 19200 81996-1010355 RevC MFR: 19200 5. Deliverables: 5.1. Delivery Schedule: The Contractor shall deliver the parts in Appendix A no later than 10 weeks after award. 5.2. Parts will be picked up and returned to 3150 Gately Road, Picatinny Arsenal, NJ 07806 5.3. The Contractor shall provide a Certificate of Conformance per the processes specified for each part in each lot upon delivery of finished parts (CDRL 0003). 5.4. Packaging 5.4.1. All parts shall be wrapped/separated by paper, cardboard, foam, bubble wrap, shrink wrap or any combination thereof as to prevent marring of painted surfaces while in transit to Picatinny Arsenal. 6. General Information: 6.1. Period and Place of Performance: Delivery within 10 weeks. Work shall be completed at the Contractor's Facilities. 6.2. Highest Overall Classification: UNCLASSIFIED. 6.3. Distribution Level of all Documents Associated With This SOW: "D" 6.4. Payment: Payments will be made using iRAPT (formerly Wide Area Workflow (WAWF)) and contractor shall submit invoices for payment upon government receipt of parts. Partial, early deliveries are acceptable. 6.5. Delivery Location: All deliveries shall be F.O.B. destination to the following address: US ARMY RDECOM-ARDEC Attn: Matthew j. Hummers 3150 Gately Road Picatinny Arsenal, NJ 07806-5000 7. Security: 7.1. Information Management Army Information Technology /IA: The Contractor shall be capable of accessing, handling, receiving, and storing UNCLASSIFIED documents, equipment, hardware, and test items, using the applicable standards of FOUO information. Controlled Unclassified Information (documents designated as FOR OFFICIAL USE ONLY and/or LIMITED DISTRIBUTION) shall be submitted by a controlled means using USPS mail, Safe Access File Exchange (SAFE) website and/or DoD Army approved encryption software as per AR 25-1." 7.2. Export Control Laws/International Traffic in Arms Regulation: DFARS Clause 252.225-7048, Export Controlled Items applies to this effort. All documents determined to contain export controlled technical data will be marked with the following notice: WARNING: - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., App. 2401 et seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. 7.3. For Official Use Only Information (FOUO) and Controlled Unclassified Information (CUI): Contract personnel shall be capable of accessing, handling, receiving, and storing UNCLASSIFIED documents, equipment, hardware, and test items, using the applicable standards of FOUO and CUI. DFARS Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting applies to this effort. 7.4. Development of an OPSEC Standing Operating Procedure/Plan: The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan, in accordance with DI-MGMT-80934C (CDRL 0001), within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer, per AR 530-1, Operations Security. This SOP/Plan will specify the project's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who will be an OPSEC Coordinator. The contractor will ensure that this individual becomes OPSEC Level II certified per AR 530-1. ARDEC OPSEC POC email: usarmy.pica.rdecom-ardec.mbx.ardec-opsec@mail.mil." 7.5. OPSEC Training: Per AR 530-1 (or DoDM 5205.02-M), new contractor employees, including subcontractor employees, must complete initial (Level I) OPSEC training within 30 calendar days of reporting for duty and must also complete annual OPSEC awareness training as provided by the appropriately designated OPSEC level II trained OPSEC Officer/Coordinator (CDRL 0002). The Contracting Officer Representative (COR) or Agreements Officer Representative (AOR) can request ARDEC OPSEC training from ARDEC OPSEC POC e-mail: usarmy.pica.rdecom-ardec.mbx.ardec-opsec@mail.mil. 7.6. Public Release of Information: Per AR 530-1 (or DoDM 5205.02-M), an OPSEC review is required prior to all public releases. All government information intended for public release by a contractor will undergo a government OPSEC review prior to release. Limited Distribution Data The highest Distribution Level for this solicitation/contract is: Distribution Statement D. Drawings contain the following distribution statement or lower: Distribution Statement D: Distribution authorized to the Department of Defense and U.S. DoD contractors only to protect technical data that addresses current technology in areas of significant military applications on 23 July 2010. Other requests for this document shall be referred to the Weapons & Software Engineering Center (WSEC) of U.S. Army Armament Research, Development and Engineering Center (ARDEC), Picatinny Arsenal, New Jersey 07806-5000. To obtain a copy of the drawings: Interested parties to this solicitation shall email a signed and approved copy of their Joint Certification Program "Military Critical Technologies Data Agreement (DD Form 2345)", "Technical Data Questionnaire (AMSTA-AR Form 1350)", and a completed and signed copy of "Non-Disclosure and Non-Use Agreement" (See Section J Attachments) to: Pamela E. Jennings, Contract Specialist: pamela.e.jennings.civ@mail.mil Offerors are hereby notified that a failure to complete the certification process and documents in a timely manner will not serve as a valid basis to extend the proposal submission date. The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: FAR: 52.204-7, 52.204-13, 52.204-18, 52.212-1 & 52.212-2 (addenda below), 52.212-3, 52.212-4, 52.212-5; 52.233-3, 52.233-4, 52.246-2 and 52.246-2, 52.247-34. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.219-1, 52.219-6, 52.219-28, 52.222-3, 52.222-4, 52.222-19, 52.222-21, 52.222-22, 52.222-23, 52.222-24, 52.222-25, 52.222-26, 52.222-27,52,222-35,52,222-36,52.222-37 52.222-40, 52.222-50, 52.223-18, 52.225-13; 52.232-33, 52.233-1, 52.233-3 and DFARS: 252.203-7002, 252.204-7002, 252.216-7000, 252.216-7007, 252.232-7006 and 252.232-7010. 252.203-7000, 252.203-7005; 252.225-7036, 252.232-7003. The following local information also applies: 1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). Responses shall include the contractor's Cage Code and DUNS number. Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001. 2. Responses must be plainly marked with the Solicitation Number and the date and local time set forth for bid opening or receipt of proposals in the solicitation document. 3. Information regarding the timeliness of response is addressed in the provision of the solicitation entitled either "Late Submission, Modification and Withdrawal of Bid" or "Instructions to Offerors - Competitive Acquisitions". 4. Procurement Information: This Procurement is 100% set-aside for Small Business. The applicable SIC/NAICS code is: 332999 5. Issuing Office U.S. Army Contracting Command - New Jersey ATTN: Pamela Jennings Office Symbol: ACC-NJ-JA Picatinny Arsenal, NJ 07806-5000 Email: pamela.e.jennings.civ@mail.mil 6. Point of Contact for Information: Name: Pamela Jennings Title: Contract Specialist Email: pamela.e.jennings.civ@mail.mil 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 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. Packaging and Marking Commercial Packaging shall apply to this procurement (see below). 2D Bar Codes are not required. The estimated weight of the item in its shipping container is greater than 200 pounds but less than 2,500 pounds. The Security Classification of the material to be shipped is Unclassified. The item being shipped is not hazardous and not Arms, Ammunition or Explosives. Government Furnished Equipment will be provided for this contract. Items will be shipped to: US ARMY RDECOM-ARDEC Attn: Mr. Matthew J. Hummers 3150 Gately Road Picatinny Arsenal, NJ 07806-5000 PACKAGING REQUIREMENTS All parts shall be wrapped/separated by paper, cardboard, foam, bubble wrap, shrink wrap or any combination thereof as to prevent marring of painted surfaces while in transit to Picatinny Arsenal. Parts will be palletized and wrapped. COMMERCIAL PACKAGING REQUIREMENTS 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 R, Date 18 February 2014 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 commercial heat 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 continuous 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. GOVERNMENT PROCUREMENT QA ACTIONS: INSPECTION Government Procurement Quality Assurance (PQA) actions will be accomplished by the Government Quality Assurance Representative (QAR) at: Destination GOVERNMENT PROCUREMENT QA ACTIONS: ACCEPTANCE Acceptance of supplies will be at: Destination HQ 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 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: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Email: usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-level protest procedures are found at: Web Address: http://www.amc.army.mil/amc/commandcounsel.html If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR - http://farsite.hill.af.mil/vffara.htm 52.212-1 Addenda - Proposal SUBMISSION This section contains proposal submission instructions as well as specific proposal requirements for the solicitation. The offeror's proposal shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a proposal in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in proposals. The burden of proving acceptability remains with the offerors. General: The proposal shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for proposal (RFP). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the proposal. All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. US Army Contracting Command-New Jersey ACC-NJ-JA, Pamela Jennings Picatinny Arsenal, NJ 07806-5000 E- mail: pamela.e.jennings.civ@mail.mil 52.212-2 Addenda: Basis for Award The Government plans to award a purchase order (or call order if a Blanket Purchase Agreement is available) as a result of this Request for Quotation (RFQ). The evaluation of quotes shall be conducted utilizing the Lowest Priced Technically Acceptable (LPTA) evaluation approach, based on an evaluation of quotes in the areas of Technical and Price Under this evaluation approach, a quote would not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability. Discussions: The Government intends to evaluate quotes and make an award decision without discussions with offerors. Therefore, the initial quote should contain the offeror's best terms. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. Evaluation Factors: (1) Technical (2) Price Evaluation Approach Careful, complete and impartial consideration will be given to all quotes received pursuant to this RFQ. A team of Government personnel will evaluate each quote in the areas described below. 1) Technical: The technical portion of the quote will be rated Acceptable or Unacceptable based on the assessment of the stated minimum requirements. In order for a quote to be rated Acceptable, Offerors are required to provide a brief (no more than 10 pages) capability statement clearly describing the Offeror's equipment/facilities, quality assurance practices, any additional process capabilities, and how they will be used to satisfy the delivery of the assemblies as described in the SOW. All items listed in the attached SOW Appendix A shall be delivered NLT ten (10) weeks after receipt of order. Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal meets the requirements of the solicitation Unacceptable Proposal does not meet the requirements of the solicitation 2) Price will NOT receive a rating. The quoted price will be evaluated for reasonableness. The total evaluated price is the total price proposed for this order. Offerors shall propose prices for each item in Appendix A as a total overall price (i.e., Line 001 Angle should be one price for all 500 items to be finished according to the Appendix). All pricing shall be submitted on an Excel spreadsheet (with formulae intact) and submitted with a total price calculated. Price Inconsistencies: A quote is presumed to represent an offeror's best effort to respond to the solicitation. Any inconsistency, whether real or apparent, between promised performance and price, shall be explained in the quote. Any significant inconsistencies, if unexplained, raise a fundamental issue of the offeror's understanding of the nature and scope or the work required and their financial ability to perform the contract, and may be grounds for rejection of the quote Please complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Sam.gov. Point of Contact: Pamela Jennings; pamela.e.jennings.civ@mail.mil. Proposals must be received No Later Than 12 November 2018. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of proposal is the responsibility of the offeror.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b6bf916cbf60e529b02e44cc1edf0cc0)
- Record
- SN05130968-W 20181024/181022230501-b6bf916cbf60e529b02e44cc1edf0cc0 (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 |