SOLICITATION NOTICE
81 -- 60 lb Shock Charge Ammunition Boxes
- Notice Date
- 3/26/2020 12:06:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321920
— Wood Container and Pallet Manufacturing
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J-20-Q-6TCG
- Response Due
- 4/16/2020 10:30:00 AM
- Archive Date
- 05/01/2020
- Point of Contact
- Jason A. Martin, Phone: 3097823331, Cindy K. Wagoner, Contracting Officer, Phone: 3097820182
- E-Mail Address
-
jason.a.martin92.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(jason.a.martin92.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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; quotes are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-20-Q-6TCG.� The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The NAICS code for this procurement is 321920; the small business size standard is 500 employees.� The Federal Supply Code is 8140. Offerors must be registered within the System for Award Management (SAM) database at time of submission of an offer.� The website for SAM is https://www.sam.gov/. DESCRIPTION OF REQUIREMENT This solicitation is issued for the following: Items:� CLIN 0001:� Ammo Boxes, 60 lb Shock Charge, FAT Quantity Quantity:� 5 each Boxes IAW Drawing 2128453, Rev T, Drawing PACKING (FOR ONE 60 LB SHOCK TEST CHARGE WITH BOOSTER), and shall conform with Grade B IAW MIL-DTL-2427 TYPE II, Class 2 Boxes shall include corner tray IAW Drawing 2128453, Rev C, Drawing CORNER TRAY, and shall conform with Grade B IAW MIL-DTL-2427 TYPE II, Class 2 BOXES SHALL BE MARKED IN ACCORDANCE WITH MIL-DTL-2427H CLIN 1001:� Ammo Boxes, 60 lb Shock Charge, Production Quantity Quantity:� 725 each Boxes IAW Drawing 2128453, Rev T, Drawing PACKING (FOR ONE 60 LB SHOCK TEST CHARGE WITH BOOSTER), and shall conform with Grade B IAW MIL-DTL-2427 TYPE II, Class 2 Boxes shall include corner tray IAW Drawing 2128453, Rev C, Drawing CORNER TRAY, and shall conform with Grade B IAW MIL-DTL-2427 TYPE II, Class 2 BOXES SHALL BE MARKED IN ACCORDANCE WITH MIL-DTL-2427H *Drawing IAW Drawing 2128453, Rev T � Outer Box and Drawing 2113654, Rev C � Corner Tray are provided as Attachment 0001 and Attachment 0002, respectively.� **Interested vendors must be registered with the U.S./Canada Joint Certification Program (JCP) to access to the drawing (see www.dlis.dla.mil/jcp/ for instructions and information). Each individual requiring access to drawings must have a beta.sam.gov account prior to accessing the drawings. Access to drawings will only be granted to those individuals who are listed as the Data Custodian (block 3) on the DD Form 2345, Military Critical Technical Data Requirement, which was required for registration within the JCP. The Data Custodian is the sole representative identified to receive export controlled drawings. Performance Oriented Packaging (PoP) Testing The contractor shall perform testing and shall acquire data necessary to support compliance with the Performance Oriented Packaging (POP) requirements of hazardous materials as defined in Title 49, Code of Federal Regulations (CFR), the International Maritime Organization�s International Maritime Dangerous Goods (IMDG) Code, and the International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Hazardous Goods. The contractor shall document the results of the testing and data acquisition (DI-PACK-81059). The �Code of Federal Regulations� Title 49 is available from the following: Superintendent of Documents U.S. Government Printing Office Washington, DC 20402 Material Certification Test Report:� A Material Certification Test Report shall accompany each delivery and an email copy shall be sent to jason.a.martin92.civ@mail.mil and cindy.k.wagoner.civ@mail.mil.� See Attachment 0003. PACKAGING AND PACKING Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951 (Commercial Packaging). TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as a 100% Small Business Set-Aside.� The Army Contracting Command-Rock Island (ACC-RI) intends to award a Firm Fixed Price Contract. DELIVERY and LOCATION The Desired Delivery Dates are as follows:���� CLIN 0001:� 60# Shock Charge Ammo Boxes, FAT Quantity 45 days after Award. CLIN 1001: 60# Shock Charge Ammo Boxes, Production Quantity 30 days After FAT Acceptance. NOTE: Early delivery is acceptable at no additional cost to the Government. Delivery shall be FOB Destination to: Crane Army Ammunition Activity, Building 148, 300 Highway 361, Crane, Indiana 47522-5001. QUOTE SUBMISSION REQUIREMENTS When responding to this solicitation, Attachment 0004 shall be submitted which includes the following: (1) Per-Unit and Total Price.� Price shall be limited to 2 decimal places. (2) Company Name/Address/CAGE Code/DUNS number (3) Point of Contact (Name/Title/phone number/email address) LISTING OF ATTACHMENTS Attachment 0001 - Drawing Number 2128453, Rev T � Outer Box Attachment 0002 - Drawing Number 2113654, Rev C � Corner Tray Attachment 0003 - Certified Material Test Report Attachment 0004 - Pricing Sheet BASIS FOR AWARD Award will be made on price only to the offeror who provides the lowest Total Price, who is determined to be responsible and who is compliant with all the requirements of this Solicitation. Total Price is calculated as:� CLIN 0001 Price plus CLIN 1001 Price In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions.� Award will be made on a Firm Fixed Price basis. QUOTE SUBMISSION Offers shall be submitted in the following way: Electronically via email to the Contract Specialist jason.a.martin92.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil.� Offerors shall include �W52P1J-20-Q-6TCG � Response - [Insert Offeror�s Name]� within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist.� Any answers to questions will be posted twice weekly, on Tuesday and Thursday.� Final questions shall be submitted 48 hours prior to solicitation closing.� Questions submitted less than 48 hours prior to this solicitation closing will not be answered. **Note:� Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond.� Questions not received within a reasonable time prior to close of the solicitation may not be considered. CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at https://www.acquisition.gov/): FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Within FAR 52.212-5, the following optional clauses apply: ���� FAR 52.203-6, Restrictions on Subcontractor Sales to the Government �FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards ��FAR 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ���� FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters �FAR 52.219-6, Notice of Total Small Business Set-Aside ���� FAR 52.219-8, Utilization of Small Business Concerns �FAR 52.219-28, Post Award Small Business Program Representation �FAR 52.222-3, Convict Labor �FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies �FAR 52.222-21, Prohibition of Segregated Facilities �FAR 52.222-26, Equal Opportunity ���� FAR 52.222-35, Equal Opportunity for Veterans ���� FAR 52.222-36, Equal Opportunity for Workers with Disabilities ���� FAR 52.222-37, Employment Reports on Veterans �FAR 52.222-50, Combating Trafficking in Persons �FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving �FAR 52.225-1, Buy American -- Supplies �FAR 52.225-13, Restrictions on Certain Foreign Purchases �FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management �FAR 52.233-3, Protest after Award ���� FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels FAR 52.203-3, Gratuities FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-4, First Article Approval � Government Testing FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.242-15, Stop-Work Order FAR 52.247-34, F.O.B. Destination DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.225-7001, Buy American Act and Balance of Payments DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.225.7074, Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005) DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial items DFARS 252.246-7003, Notification of Potential Safety Issues DFARS 252.246-7008, Sources of Electronic Parts DFARS 252.247-7022, Representation of Extent of Transportation by Sea DFARS 252.247-7023, Transportation of Supplies by Sea The following additional clause applies: Crane Army Ammunition Activity Delivery Instructions CAAA receiving hours are Mon � Thurs, 0700 - 1430 BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK); appointments will be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)854-2199 or (812)854-2339, 48 hours prior to delivery for appointment. Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away. Crane Army Ammunition Activity Building 148 300 Highway 361 Crane, Indiana 47522 AMMENDMENTS: W52P1J-20-Q-6TCG Ammendment 01, March 26, 2020: The purpose of Amendment 01 to W52P1J-20-Q-6TCG is to: A)� Extend the closing date of this solicitation from April 1, 2020, to April 16, 2020. B)� Answer Question #1. QUESTIONS & ANSWERS: Question #1 a. With regards to Drawing number 2128453, what is the Dash number the container needs to be? ���� a. ANSWER:� Dash number 2. b. What line item numbers are we required to provide?� Item #1 is the Ammunition Packaging Box.� Anything else we are to provide? ���� b. ANSWER:� Items number 1 and number 7. c. If we are required to provide all the hardware (bolts / washers / nuts etc.) as shown on page 2 - do you have a drawing showing the hole locations? ���� c. ANSWER:� Not required to provide any hardware except the hinge and hasp on the box.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cfaa2dce7b634ce2974e068fceaf0636/view)
- Record
- SN05601926-F 20200328/200326230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |