Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2022 SAM #7436
SOLICITATION NOTICE

83 -- Felt and Foil Kit

Notice Date
4/8/2022 11:32:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
313230 — Nonwoven Fabric Mills
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-22-R-FFLT
 
Response Due
5/9/2022 10:00:00 AM
 
Archive Date
05/24/2022
 
Point of Contact
Jacob Toft, Cindy K. Wagoner, Phone: 3097820182
 
E-Mail Address
Jacob.j.toft.civ@army.mil, cindy.k.wagoner.civ@army.mil
(Jacob.j.toft.civ@army.mil, cindy.k.wagoner.civ@army.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; proposals are being requested and a written solicitation will NOT be issued. In accordance with DFARS 212.102(a)(iii), this acquisition utilizes commercial item procedures for supplies from nontraditional defense contractors. This is a Request for Proposal using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-22-R-FFLT. � The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. This solicitation is 100% set-aside for Small Business. The NAICS code for this procurement is 313230; the small business size standard is 750 employees. �The Federal Supply Code is 8305. NOTICE: 10 U.S.C. 2533a (the �Berry Amendment�) applies to this acquisition. See DFARS Clause 252.225-7012 - Preference for Certain Domestic Commodities, included in this solicitation.� Offerors must be registered within the System for Award Management (SAM) database at time of response to this solicitation. �The website for SAM is https://www.sam.gov/. DESCRIPTION OF REQUIREMENT ITEM: FELT & FOIL KIT CLIN�� �DESCRIPTION� � � � � � � � � � � � � � � �Quantity 0001�� �Felt & Foil Kit - First Article Test�� ��� �100�� ��� � 0002 ���Felt & Foil Kit - Production� � � � � � 32,000 SPECIFICATIONS Kit shall be provided as follows: * Felt Wedge: in accordance with Drawing 15-12-268 Rev G * Foil Separator: in accordance with Drawing 15-12-269 Rev D * Assembly: in accordance with Packaging Drawing dated May 4, 2021 � � � �Note: Rib in drawing will be provided to Awardee as Government Furnished Material (GFM) * Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951 (Commercial Packaging) JCP ACCESS OF RESTRICTED DRAWINGS DRAWING ACCESS The drawings associated with this acquisition are Distribution Level D, authorized to the Department of Defense (DoD) and U.S. DoD contractors ONLY. �All firms must be registered in the Joint Certification Program (JCP) in order to access the drawings associated with this solicitation. The address for registration is https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx � � � Registration requires completion of the DD Form 2345. �Firms are required to have a current valid Cage Code in order to register.� NOTE: THE DD FORM 2345 MAY BE SUBMITTED ELECTRONICALLY. �DIRECTIONS FOR ELECTRONIC SUBMISSION ARE LOCATED AT THE FOLLOWING SITE, UNDER �SUBMITTING THE DD FORM 2345� https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx� Access to the drawings is restricted to the data custodian listed on the DD Form 2345.� *NOTE: When requesting access to the drawings, the company CAGE CODE should be entered within the �Reason for Request� block.� Government Furnished Material (GFM) The Government shall furnish the Rib, in accordance with Drawing 15-12-261 Rev H and as specified in Packaging Drawing dated May 4, 2021. TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as a 100% Small Business Set-Aside. �Award will be�a single Firm Fixed Price contract. DELIVERY and LOCATION CLIN�� �Description� � � � � � � � � � � � � � � � � � � � � � Desired Delivery Date 0001�� �First Article Test Quantity� � � � � � � � � � � 16 weeks after award 0002�� �Production Quantity� � � � � � � � � � � � � � � �First Delivery:�16 weeks after FAT Acceptance� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � First delivery shall be 1,500 kits� �� ��� � Required Monthly deliveries, after first delivery: 1,500 kits/month Each Delivery shall include the Material Manufacturer�s Certificate of Analysis, for both the Felt Wedge and the Foil Separator Delivery shall be FOB Destination to Crane Army Ammunition Activity, Building 148, 300 Highway 361, Crane, Indiana 47522-5001, in accordance with the following: Crane Army Ammunition Activity Delivery Instructions CAAA receiving hours are 0700 � 1430, Mon - Thurs BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK). Appointments shall 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. PROPOSAL SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: 1. Price � Offerors shall provide Per-Unit and Total Price for each CLIN on the Pricing Sheet at Attachment 01. �Unit Prices� shall be�to two decimal places. 2. Lead Time - �Offerors shall provide Lead Time for CLIN 0001 and for CLIN 0002 First Production Quantity, in the provided�location on the Pricing Sheet 3. Completed Provisions at Attachment 02 � FAR 52.209-7 and FAR 52.204-24 �� BASIS FOR AWARD Award will be made to the offeror whose offer provides the lowest Total Price, who is deemed responsible, and whose proposal conforms to the solicitation requirements. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. Unbalanced Pricing - As part of the evaluation, proposals may be reviewed to identify any significant unbalanced pricing. �IAW 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. Price Analysis shall be used to determine price reasonableness; additional methods of price analysis may be used as determined by the contracting officer. �These methods of evaluation may include information/input from sources such as (but not limited to) other Governmental agencies and personnel. �The Government reserves the right to require the submission of any data (i.e. Data other Than Certified Cost or Pricing Data) necessary to validate the reasonableness of an offer. LISTING OF ATTACHMENTS Attachment 01 � Pricing Sheet Attachment 02 � FAR 52.209-7, Information Regarding Responsibility Matters Additional Attachment - Drawings and Specifications (Requires JCP Registration) DEADLINE FOR SUBMISSION Offers are due May 9th, 2022 no later than 12:00 p.m. Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist jacob.j.toft.civ@army.mil �and Contracting Officer cindy.k.wagoner.civ@army.mil � Offerors should include �Response to W52P1J-21-R-FFLT� within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer. **Note: �Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer time to respond. �Questions not received within a reasonable time prior to close of the solicitation may not be considered. SOLICITATION PROVISIONS The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://www.acquistion.gov): FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I, Offerors Representations and Certifications, Commercial Items FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.209-12, Certification Regarding Tax Matters FAR 52. 229-11, Tax on Certain Foreign Procurements � Notice and Representation DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation DFARS 252.204-7019, Notice of NIST SP 800-171 DOD Assessment Requirements DFARS 252.247-7022, Representation of Extent of Transportation of Supplies by Sea The following provisions are provided in full text: FAR 52.209-7, Information Regarding Responsibility Matters **SEE ATTACHMENT 02** ADDENDUM to FAR 52.212-1 The following additional provisions apply: FAR 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) (OCT 2020) DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.225-7974 Representation Regarding Business Operations with the Maduro Regime. (DEVIATION 2020-O0005) (FEB 2020) End of Addendum to FAR 52.212-1 CLAUSES� The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquistion.gov): 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 FAR 52.203-3, Gratuities FAR 52.203-13, Contractor Code of Business Ethics and Conduct�� � FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-18, Commercial and Government Entity Code Maintenance 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-6, Protecting the Government�s In1terest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-9, Update of Publicly Available Information Regarding Responsibility Matters FAR 52.210-1, Market Research 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 (DEVIATION 2020 O0019) (JAN 2022) 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 52.222-54, Employment Eligibility Verification FAR 52.223-18, Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.229-12, Tax on Certain Foreign Procurements FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.242-5, Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7003, Agency Office of the Inspector General DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.204-7020, NIST SP 800-171 DOD Assessment Requirements DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7052, Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten 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 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial items DFARS 252.247-7023, Transportation of Supplies by Sea ADDENDUM TO FAR 52.212-4 The following additional clauses apply: FAR 52.219-14, Limitations on Subcontracting for Small Business (DEVIATION 2021 O0008)(SEP 2021) FAR 52.225-18, Place of Manufacture FAR 52.247-34, FOB Destination � DFARS 252.201-7000, Contracting Officer�s Representative DFARS 252.204-7003, Control of Government Personnel Work Product The following clauses are provided in full text:� FAR 52.209-4, First Article Approval � Government Testing � � (a) The Contractor shall deliver 100 unit(s) of Lot/Item 0001 within (preferred � 112; to be determined upon award of contract) calendar days from the date of this contract to the Government at Crane Army Ammunition Activity, Building 148, 300 Highway 361, Crane IN 47522-5099 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. ����(b) Within15 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. ��� (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. ��� �(d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. ��� �(e) Unless otherwise provided in the contract, the Contractor- �����������(1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and �����������(2) Shall remove and dispose of any first article from the Government test facility at the Contractor�s expense. ��� �(f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. �����(g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. �� � (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. ���� (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. End of Addendum to FAR 52.212-4 DFARS 252.232-7006, Wide Area Workflow Payment Instructions � �(a)�Definitions.�As used in this clause� � �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. � �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). � �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. � �Payment request� and �receiving report� are defined in the clause at�252.232-7003�, Electronic Submission of Payment Requests and Receiving Reports. � �(b)�Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS)�252.232-7003�, Electronic Submission of Payment Requests and Receiving Reports. � �(c)�WAWF access. To access WAWF, the Contractor shall� � � � �(1) Have a designated electronic business point of contact in the System for Award Management at�https://www.sam.gov;�and � � � �(2) Be registered to use WAWF at�https://wawf.eb.mil/�following the step-by-step procedures for self-registration available at this web site. � �(d)�WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at�https://wawf.eb.mil/ � �(e)�WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. � �(f)�WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: � � � �(1)�Document type. The Contractor shall submit payment requests using the following document type(s): � � � � � (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. � � � � � (ii) For fixed price line items� � � � � � � �(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. � � � � � � � � � � � � � COMBO � � � � � � �(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. � � � �� (iii) For customary progress payments based on costs incurred, submit a progress payment request. � � �� � (iv) For performance based payments, submit a performance based payment request. � � � �� (v) For commercial item financing, submit a commercial item financing request. � � � �(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. � � � �(3)�Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. � � � � � Routing Table Field Name in WAWF� � � � � � �Data to be Entered in WAWF Pay Official DODAAC� � � � � � � � � � � HQ0303 Issue by DODAAC� � � � � � � � � � � � � �W52P1J Admin DODAAC� � � � � � � � � � � � � � � W52P1J Inspect by DODAAC� � � � � � � � � � � � W53W9L Ship to Code� � � � � � � � � � � � � � � � � � W53W9L � �� � � � �(4)�Payment request.�The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. � � � �(5)�Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. � �(g)�WAWF point of contact. � � � �(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. � Not Applicable
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4a166c8cd55a4469aedf756961450d68/view)
 
Record
SN06293806-F 20220410/220408230109 (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.