Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 03, 2024 SAM #8132
SOLICITATION NOTICE

95 -- Aluminum Plate

Notice Date
3/1/2024 1:48:08 PM
 
Notice Type
Solicitation
 
NAICS
331315 — Aluminum Sheet, Plate, and Foil Manufacturing
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
PANROC-24-P-0000-003290
 
Response Due
3/6/2024 8:00:00 AM
 
Archive Date
06/01/2024
 
Point of Contact
Sophia Moritz, Nathanial S. Tutor
 
E-Mail Address
sophia.a.moritz2.civ@army.mil, nathanial.s.tutor.civ@army.mil
(sophia.a.moritz2.civ@army.mil, nathanial.s.tutor.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Quote (RFQ) for Aluminum Plate in support of Joint Manufacturing Command (JMC) Reference:� 1. RFQ# 3290 Aluminum Plates 2. Attachment 0001: Provisions and Clauses o�� �CLIN 0001 Description: ALU, PLT, 5.5� ,6061 T6, SPEC QQ-A-250/11 o�� �QTY: 1 plate o�� �Material Requirements: 5.5"" THICK ALUM PLT 6061 T6 (48""X120"") SPEC QQ-A-250/11 o�� �Required Delivery: 29 April 2024 �� �Certificate of Conformance (COC) and Certified Test Report (CTR) are required with delivery.� o�� �CLIN 0002 Description: ALU, PLT, 3.25� , 6061 T6, SPEC QQ-A-250/11 o�� �QTY: 1 plate o�� �Material Requirements: 3.25"" THICK ALUMINIUM PLATE 6061 T6 (48""x120"") SPEC QQ-A-250/11 o�� �Required Delivery: 29 April 2024 �� �Certificate of Conformance (COC) and Certified Test Report (CTR) are required with delivery. 3.�� �This Request for Quote (RFQ) is issued in accordance with Federal Acquisition Regulation (FAR) Part 12 -� �� �Acquisition of Commercial Products and Commercial Services, and FAR Part 13 - Simplified Acquisition Procedures.� �� �Per FAR 12.302(d), any tailoring to a contract for commercial items shall be by addendum to the contract.� �� �Addendum to FAR 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (SEP 2023) and� �� �FAR 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (DEC 2022) are attached. 4.�� �This solicitation is 100% Small Business set-aside � 5.�� �Certificate of Conformance see FAR 52.246-15 CERTIFICATE OF CONFORMANCE and any applicable/available Certified Test Report are required with delivery. �� �a)Certified Test Report (CTR) or Mill Test Reports (MTR's) from the producing mill are required for each (heat) shipment.� �� �Material will not be inspected and accepted without the MTR. Original MTR's must include but are not limited to the following: �� ��� �1.�� �Actual chemical analysis. �� ��� �2.�� �Mechanical properties.�� � �� ��� �3.�� �Must reference the Mil Spec per the Line item. �� ��� �4.�� �Heat/ lot number with each shipment and marked on the material. �� ��� �5.�� �Material type and temper shall be physically marked on all material. �� ��� �6.�� �Mill name, telephone number, and address. 6.�� �The Government intends to make a firm-fixed-price (FFP) award to the responsive, responsible offeror whose quote conforms to� �� �the terms and conditions of the solicitation requirements and represents the lowest total price. All quotes shall be sent electronically to the� �� �Contracting Officer Nathanial S. Tutor at nathanial.s.tutor.civ@army.mil and the Contract Specialists Joe Rivard at lynn.j.rivard3.civ@army.mil� �� �and Sophia Moritz at sophia.a.moritz.civ@army.mil. Quotes are due 6 March 2024 @1000 CST (Central Standard Time). 7.�� �Required Delivery Due Date is 29 April 2024. If contractor cannot meet the requested delivery date, please provide the delivery date that can be met.� �� �Early Delivery is acceptable and authorized at no additional cost to the Government. 8.�� �Unit prices must include all shipping/delivery charges. 9.�� �Payment will be made by the Defense Finance and Accounting Service (DFAS) in accordance with Defense Federal� �� �Acquisition Regulation Supplement 252.232-7006 Wide Area Workflow Payment Instructions. 10.�� �SHIPPING/DELIVERY INSTRUCTIONS AND INFORMATION �� �a)�� �THE COMPLETE PURCHASE ORDER NUMBER (To Be Determined) MUST BE ON THE OUTSIDE OF THE SHIPPING CONTAINER.� �� ��� �This number must also appear on all packing slips, invoices, bills, or any communications regarding this order. �� �b)�� �A Packing List must be included with each shipment. �� �c)�� �SHIPMENT OR DELIVERY TO ANY ADDRESS OTHER THAN THE ""SHIP TO"" ADDRESS DESIGNATED IN THE PURCHASE� �� ��� �ORDER /DELIVERY ORDER/ CALL ORDER/ CONTRACT (Block 14 of the DDl 155, Block 15 of the SF1449, or Block 11 of the SF 26)� �� ��� �MAY RESULT IN A DELAY IN PAYMENT. �� ��� ��� �FOB DESTINATION TO: �� ��� ��� ��� �TRANSPORTATION OFFICER BLDG 299, �� ��� ��� ��� �BECK AND GILESPIE EAST END,� �� ��� ��� ��� �RECG DOOR 16A ROCK ISLAND IL 61299-5000 �� �d)�� �Raw material ordered by and delivered to Rock Island Arsenal Joint Manufacturing and Technology Center (RIA-JMTC)� �� ��� �must meet the following requirements to ensure efficient and timely unloading, receipt processing and payment. �� ��� �1.Material must be delivered on a flatbed truck. �� ��� �2.Material must be securely banded to a pallet/skid. �� ��� �3.Bundles need to be wrapped; truck needs to be tarped during shipment. �� ��� �4.All Bundles must be properly labeled with easy-to-read tags and must contain� �� ��� �the proper documentation showing the contract number, CLIN and QTY delivered. 11.�� �RECEIVING HOURS OF OPERATION �� � �� �a)�� �Monday- Friday, 6:30am to 2:00pm CST �� �b)�� �Deliveries before or after the above stated hours will be turned away. Appointments are not necessary. For Directions call: 309-782-8539 (Automated) �� �c)�� �ANY CHANGE IN THE ""SHIP TO"" ADDRESS MUST BE APPROVED BY A WRITTEN CONTRACT MODIFICATION FROM THE CONTRACTING OFFICER 12.�� �IMPORTANT DELIVERY INFORMATION �� �a)�� �Effective Immediately: Rock Island Arsenal (RIA) Visitor Access Passes are issued to individuals, not companies. �� �b)�� �All visitors, to include transportation and freight services, official and unofficial, are highly suggested to pre-register at least three (3) business days in advance. �� �Pre-registering visitors allows for the NCIC-III background check to be conducted before the individual visits RIA, reducing the wait time necessary to complete the check. �� �c)�� �All visitors must complete a Visitor Access Request Form. Access Request Forms should be emailed or faxed prior to the delivery. The Visitor Access Request Form can be found at http://www.usagria.army.mil/AccessRequests. �� �d)�� �Follow the instructions on How to Obtain a Visitor Pass. All first-time visitors must process through the Moline Gate Visitor Center. �� �e)�� �TRUCKS MUST ENTER THROUGH MOLINE, IL GATE, OFF OF RIVER DRIVE IN MOLINE I-74. �� �f)�� �Transportation Service Providers are required to send drivers with proper identification who meet all the installation access requirements.� �� �Transportation Service Providers are required to send United States Citizens and drivers that will pass applicable background checks.� �� �Failure to do so can result in warnings or Non-use. Real-ID access implementation is active at Rock Island Arsenal, IL.� �� �Individuals using a driver's license from the states of Illinois, Minnesota, Missouri, New Mexico or Washington will have to use a secondary form ofldentification to enter� �� �U.S. military installations. Additional forms of identification that may be used in conjunction with a state driver's license are Vehicle Registration with name and address,� �� �Veterans Health Identification Card, PIV Card, PIV-1 Card, DHS ""Trusted Traveler"" Card, U.S. Certificate of Naturalization or Certificate of Citizenship (Form N-550),� �� �and State of Illinois Fireann Owners Identification (FOID) card. �� �g)�� �The contractor needs to ensure this information is passed on to any subcontractors and/or transportation providers they may utilize during performance of their contract.� �� �DRIVERS WHO DO NOT MEET THE INSTALLATION ACCESS REQUIREMENTS WILL NOT BE ALLOWED ON THE INSTALLATION AND WILL BE TURNED AWAY. �� �h)�� �POC for this Access Control Policy is: Rock Island Arsenal Visitor Center, Phone: (309) 782-0485, Fax: (309) 782-5029, usarmy.ria.imcom.mbx.usag-access-request@army.mil 13.�� �Rock Island Arsenal Safety Requirements: �� �a)�� �All Contractors and Contractor personnel coming on to RIA must comply with the Rock Island Arsenal/Joint Manufacturing and Technology Center (RIA-JMTC),� �� �other Arsenal safety requirements and all federal, state, and local safety laws and regulations. �� �b)�� �Contractors must provide their employees with, and the employees must use, all required safety equipment necessary for the work they are performing and/or the areas they are in. �� �c)�� �This includes safety glasses, safety shoes, proper clothing, proper protective equipment, and rigging. �� �d)�� �All drivers on Arsenal Island must use seatbelts at all times when driving a motor vehicle. �� �e)�� �If in doubt about any safety requirements, contact the Rock Island Safety Office Phone: (309) 782-2579. 14.�� �Photographic Equipment Restrictions: There are restrictions on the use of photographic devices in all non-public areas of Arsenal Island. �� �This includes digital cameras, cell phones and PDAs with cameras. You must get permission to use any type of photographic device in any non-public area on Arsenal Island.� �� �All requests must be coordinated with the Contracting Officer's Representative (COR) or designated Contracting Officer for this effort prior to using any photographic device. 15. �� �CONCEALED CARRY RESTRICTIONS: Concealed carry permits do not apply on military installations. Contractors and delivery drivers shall ensure there are NO weapons� �� �or ammunition in their vehicles prior to entering the installation; a K-9 unit will find and alert if any prohibited items are detected. 16.�� �ACC-RI Government POCs for this solicitation is as follows: Nathanial S. Tutor (Contracting Officer), Email: nathanial.s.tutor.civ@army.mil Joe Rivard (Contract Specialist), Email: lynn.j.rivard3.civ@army.mil Sophia Moritz (Contract Specialist), Sophia.a.moritz2.civ@army.mil �� � �� � �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cda87b2d96aa4a068f7a3807afce1f0f/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN06983581-F 20240303/240301230052 (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.