Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2020 SAM #6943
SOLICITATION NOTICE

53 -- Machined Projectile Parts

Notice Date
11/30/2020 6:24:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-21-R-0ENA
 
Response Due
12/14/2020 1:30:00 PM
 
Archive Date
12/29/2020
 
Point of Contact
Nicole L. Thalmann
 
E-Mail Address
nicole.l.thalmann.civ@mail.mil
(nicole.l.thalmann.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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-21-R-0ENA 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 shall be competed as a small business set aside under NAICS code 332710 with a small business size standard of 500 employees.�� The U.S. Army Contracting Command (ACC-NJ), Picatinny Arsenal, NJ intends to award one (1) firm-fixed-price (FFP) purchase order, as a competitive small business set aside, for the supply of 11 each of the following part numbers: 20213-G and 20213-M and 44 of part number 20213-B in accordance with US Government drawings and the following Statement of Work (SOW) requirements: Statement of Work (SOW) for Machined Projectile Parts Background: The Combat Capabilities Development Command (CCDC) Armament Center (AC) 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 overtaxed due to the COVID 19 related shut down and subsequent restrictions. Scope: This contract shall cover the manufacture of 11 each of the following part numbers: 20213-G and 20213-M and 44 of part number 20213-B. Applicable Documents & References: Drawing number 20213-B, LDART Bore Rider Drawing number 20213-G, Retaining Obt. Drawing number 20213-M, FWD Retaining Ring Requirements: The contractor shall provide forty-four (44) complete copies of the metal part described by drawing number 20213-B. The contractor shall apply a light coating of oil to each component as a rust preventative. The contractor will provide packing such that the parts will not be damaged during return shipping The contractor shall provide either delivery or shipping of the finished parts to the address in section 7.5. The contractor shall provide eleven (11) complete copies of the metal part described by drawing number 20213-G. The contractor shall apply a light coating of oil to each component as a rust preventative. The contractor will provide packing such that the parts will not be damaged during return shipping The contractor shall provide either delivery or shipping of the finished parts to the address in section 7.5. The contractor shall provide eleven (11) complete copies of the metal part described by drawing number 20213-M, less the phosphate coating. The contractor will provide packing such that the parts will not be damaged during return shipping The contractor shall provide either delivery or shipping of the finished parts to the address in section 7.5. The contractor shall apply a light coating of oil to each component as a rust preventative. � Deliverables: Forty-four (44) pieces of the component listed in section 4.1. Eleven (11) pieces of the component listed in section 4.2. Eleven (11) pieces of the component listed in section 4.3. Certificate of conformance for all components in section 4.0 (CDRL A001) This shall include material and heat treat certifications if the contractor must supply material to make up for any non-conforming or scrapped pieces. The contractor shall complete the required OPSEC plan identified in section 8. (CDRL A002). The contractor shall complete the required training as identified in section 8 and submit certificates of completion to the COR within the identified timeframe (DI-MISC-80678, CDRL A003). Government Furnished Material (GFM): The Government will supply the following material for the manufacture of the items required in section 4.0.� The contractor is responsible for any set up or first article parts they may require.� Any of the 11 pieces that are scrapped or deemed to be non-conforming prior to or at acceptance will be replaced at the contractors expense. Eleven (11) pieces of Heat treated 4340 steel 6.25� in diameter by 1.125� long to be used in the manufacture of part number 20213-B. Eleven (11) pieces of Heat treated 4340 steel 6.25� in diameter by 1.125� long to be used in the manufacture of part number 20213-M. Eleven (11) pieces of Heat treated 4340 steel 6.25� in diameter by 1.0� long to be used in the manufacture of part number 20213-G. General Information: Contract Information: This is a Firm Fixed Price (FFP) contract. Period and Place of Performance: Period of performance is 8 weeks after award. All work shall be completed at the Contractor�s Facilities to be determined at award.� Highest Overall Classification of this effort: UNCLASSIFIED. Payment: Payments shall be made using iRAPT (formerly Wide Area Workflow (WAWF)) and contractor shall submit invoices for payment upon government receipt of each delivery.� Delivery Location:� Unless otherwise specified, all deliveries shall be FOB destination to the following address: FCDD-ACM-AM ATTN:� TBD Picatinny Arsenal, NJ 07806-5000 Government Points of Contact: TBD Security: Information Management: 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. � 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. � OPSEC Standing Operating Procedure/Plan: The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan, in accordance with DI-MGMT-80934C, 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. CCDC Armaments Center OPSEC POC e-mail: usarmy.pica.ccdc-ac.mbx.ardec-opsec@mail.mil . (CDRL A002) � 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. The Contracting Officer Representative (COR) or Agreements Officer Representative (AOR) can request CCDC Armaments Center OPSEC training from CCDC Armaments Center OPSEC POC e-mail: usarmy.pica.rdecomardec.mbx.ardec-opsec@mail.mil. (CDRL A003) � 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. � Controlled Unclassified Information (CUI) or Critical Program Information (CPI): System Security Plan and Plans of Action and Milestones (SSP/POAM) Reviews: Within thirty (30) days of contract award, unless otherwise notified by the Government, the Contractor shall make its System Security Plan(s) (SSP(s)) for its covered contractor information system(s) available for review by the Government at the Contractor's facility. The SSP(s) shall describe how the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 security requirements are implemented as required by Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.204-7012, which is included in this contract, and identify all applicable Commercial and Government Entity Code codes affected. The Contractor shall fully cooperate in the Government's review of the SSPs at the Contractor's facility. If the Government determines that the SSP(s) does not adequately describe how the NIST SP 800-171 security requirements are implemented, then the Government shall notify the Contractor of each identified deficiency. The Contractor shall correct any identified deficiencies within thirty (30) days of notification by the Government. The contracting officer may provide for a correction period longer than thirty (30) days and, in such a case, may require the Contractor to submit a Plan of Action and Milestones (POAM) for the correction of the identified deficiencies. The Contractor shall immediately notify the contracting officer of any failure or anticipated failure to meet a milestone in such a POAM. Upon conclusion of the correction period, the Government may conduct a follow-on review of the SSP(s) at the Contractor's facilities. The Government may continue to conduct follow-on reviews until the Government determines that the Contractor has corrected all identified deficiencies in the SSP(s).� The Government may, in its sole discretion or in response to a cyber incident, conduct subsequent reviews at the Contractor's site to verify the information in the SSP(s) at any time upon thirty (30) days' notice to the Contractor. � Compliance to NIST SP800-171: (a) The Contractor shall fully implement the Controlled Unclassified Information (CUI) Security Requirements (Requirements) in NIST SP 800-171 in effect at the time the solicitation is issued or as authorized by the Contracting Officer, or establish a SSP(s) and POAMs) that varies from NIST SP 800-171 only in accordance with DFARS clause 252.204-7012(b)(2), for all covered contractor information systems affecting this contract. (b) Notwithstanding the allowance for such variation, the Contractor shall identify in any SSP and POAM their plans to implement the following, at a minimum: FCDDAC FORM 255, 23 Aug 2016 (1) Implement Requirement 3.5.3 (Multi-factor authentication). This means that multi-factor authentication is required for all users, and unprivileged accounts that log into a network. In other words, any system that is not standalone should be required to utilize acceptable multi-factor authentication. For legacy systems and systems that cannot privileged support this requirement, a combination of physical and logical protections acceptable to the Government may be substituted; (2) Implement Requirement 3.1.5 (least privilege) and associated Requirements, and identify practices that the Contractor implements to restrict the unnecessary sharing with, or flow of, covered defense information to its subcontractors, suppliers, or vendors based on need-to-know principles; (3) Implement Requirement 3.1.12 (monitoring and control remote access sessions)-Require monitoring and controlling of remote access sessions and include mechanisms to audit the sessions and methods; (4) Audit user privileges on at least an annual basis; (5) Implement Requirement 3.13.11 (Federal Information Processing Standards (FIPS) 140-2 validated cryptology or implementation of National Security Agency- or NIST-approved algorithms (i.e., FIPS 140-2 Annex A: Advanced Encryption Standard (AES) Or Triple Data Encryption Standard (DES) or compensating controls as documented in a SSP and POAM)); (6) Implement Requirement 3.13.16 (Protect the confidentiality of CUI at rest) or provide a POAM for implementation which can be evaluated by the Government Program Manager for risk to the program; (7) Implement Requirement 3.1.19 (encrypt CUI on mobile devices) or provide a plan of action for implementation which can be evaluated by the Government Program Manager for risk to the program. � Army Counter Intelligence Outreach: The Contractor shall engage, whenever practicable, with Army Cl industry outreach efforts and consider recommendations for hardening of covered contractor information systems affecting Army programs and technologies; and make Contractor personnel available for threat briefings specific to foreign intelligence threats to Army programs and technologies. � Cyber Incidence Response: (a) The Contractor shall, within fifteen (15) days of discovering the cyber incident (inclusive of the 72-hour reporting period in DFARS clause 252.204-7012), deliver all data used in performance of the contract that the Contractor determines is impacted by the incident and begin assessment of potential warfighter/program impact. Incident data shall be delivered in accordance with the Department of Defense Cyber Crimes Center (DC3) Instructions for Submitting Media available at http://www.acq.osd.mil/dpap/dars/pgi/docs/lnstructions_for_Submitting_Media.docx. In delivery of the incident data, the Contractor shall, to the extent practical, remove contractor-owned information from Government covered defense information. (b) If the Contractor subsequently identifies any such data not previously delivered to DC3, then the Contractor shall immediately notify the contracting officer in writing and shall deliver the incident data within ten (10) days of identification. In such a case, the Contractor may request a delivery date later than ten (10) days after identification. The contracting officer will approve or disapprove the request after coordination with DC3. � Army CI/Industry Monitoring: (a) In the event of a cyber incident or at any time the Government has indication of a vulnerability or potential vulnerability, the Contractor shall cooperate with the Army CI, which may include cooperation related to: threat indicators; pre-determined incident information derived from the Contractor's infrastructure systems; and the continuous provision of all Contractor, subcontractor, or vendor logs that show network activity, including any additional logs the Contractor, subcontractor or vendor agrees to initiate as a result of the cyber incident or notice of actual or potential vulnerability. (b) If the Government determines that the collection of all logs does not adequately protect its interests, the Contractor will coordinate with Army Cl to implement additional measures, which may include allowing the installation of an appropriate network device that is owned and maintained by the Army Cl, on the Contractor's information systems or information technology assets. The specific details (e.g., type of device, type of data gathered, monitoring period) regarding the installation of an Army Cl network device shall be the subject of a separate agreement negotiated between Army Cl and the Contractor. In the alternative, the Contractor may install network sensor capabilities or a network monitoring service, either of which must be reviewed for acceptability by Army Cl. Use of this alternative approach shall also be the subject of a separate agreement negotiated between Army Cl and the Contractor. (c) In all cases, the collection or provision of data and any activities associated with this statement of work shall be in accordance with federal, state, and non-US law. � Incident and Accident: The contractor shall report immediately (within 24 hours) any major accident/incident (including fire) resulting in any one or more of the following:� causing damage of Government property exceeding $10,000; affecting program planning or production schedules; degrading the safety of equipment under contract, such as property damage may be involved; identifying a potential hazard requiring corrective action which are related to this contract. The contractor shall prepare an Accident/Incident report for each incident. This report shall be submitted to the COR within 10 days of each incident. (CDRL A002). 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, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52204-20, 52.204-21, 52.204-24, 52.204-25, 52.204-26, 52.212-1 & 52.212-2 (addenda below), 52.212-3, 52.212-4, 52.212-5; 52.225-2; 52.232-1, 52.232-39, 52.232-40, 52.233-3, 52.233-4,� 52.243-1, 52.246-1, 52.246-2, 52.246-15 and 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, 52.222-25, 52.222-26, 52.222-40, 52.222-50, 52.223-18; 52.225-13, 52.232-19, 52.232-33, 52.233-1, 52.233-3 and DFARS:� 252.203-7002, 252.204-7002, and 252.232-7010. 252.203-7000, 252.203-7005; 252.204-7003, 252.204-7007 Alt A, 252.204-7012, 252.204-7015, 252.204-7017, 252.204-7018, 252.211-7003, 252.225-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.225-7048, 252.225-7974, 252.232-7003, 252.232-7006, 252.244-7000, 252.247-7023. Limited Distribution Data: The highest distribution level for this solicitation/contract is: Distribution D Export Control Warning: The Technical Data Package (TDP) includes technical data whose export is restricted by the Arms Export Control Act Title 22, U.SS.C. SEC.2751 ET SEQ. Violators of these export laws are subject to severe criminal penalties. Distribution Authorized to DOD and DOD Contractors only; Critical Technology; 2020-11-16; Other requests for this document should be referred to US Army CCDC AC, FCDD-ACM-AM"" and 3. Destruction Notice: Destroy by any method that will prevent disclosure of contents or reconstruction of the document. To obtain a copy of any limited distribution documents: The potential offeror shall email a signed and approved copy of Attachment 0001 ""Military Critical Technologies Data Agreement (DD Form 2345)"" certified by the U.S. and Canada Joint Certification Office (JCO), a completed and signed copy of Attachment 0002 ""Technical Data Questionnaire (FCDDAC Form 1350)"" and a completed and signed copy of Attachment 003 ""Non-Disclosure & Non-Use Agreement"". Once all documents are complete and received by the Government POC below, the Government will provide the offeror with specific instructions on how to obtain any limited distribution documents. U.S. Army Contracting Command - New Jersey ATTN: Nicole Thalmann CCNJ-JA Bldg. 9 Phipps Road Picatinny Arsenal, NJ 07806-5000 nicole.l.thalmann.civ@mail.mil The following local information also applies:� 1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). �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 businesses. ��� The applicable NAICS code is: 332710. 5. Issuing Office U.S. Army Contracting Command � New Jersey��� ATTN: Nicole L. Thalmann Office Symbol: CCNJ-JA Picatinny Arsenal, NJ �07806-5000 Email: �nicole.l.thalmann.civ@mail.mil 6. Point of Contact for Information: Name: Nicole L. Thalmann Title: Contract Specialist Email: nicole.l.thalmann.civ@mail.mil Phone: (973) 724-8200 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). 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. No Government Furnished Equipment will be provided for this contract. All items shall be delivered to: FCDD-ACM-AM Attn: TBD Picatinny Arsenal, NJ 07806-5000 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 - https://www.acquisition.gov/ 52.212-1 Addenda - Proposal SUBMISSION This section contains proposal submission instructions as well as specifi...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/73eb16b4b71e49398d37c7776dcff93b/view)
 
Record
SN05862589-F 20201202/201130230146 (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 |
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.