The RFP Database
New business relationships start here

Aluminum Alloy Blocks


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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-18-R-NT01 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 423510 with a small business size standard of 200 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 the supply of metal alloy materials, in accordance with the following Statement of Work (SOW) requirements:


1.0 Task Description:


1.1 Background: The Armament Research, Development and Engineering Center (ARDEC) of the U.S. Army located at Picatinny Arsenal, NJ, develops processes for manufacturing and producing hardware for weapon systems and platforms. In order to continue the mission ARDEC requires raw material from commercial vendors to supply its input inventory.


Scope: To provide specialized supplies of metal and metal alloy materials in support of U.S. Army, ARDEC.


2.0 Requirements:


2.1 The contractor shall produce and deliver two-thousand-six-hundred-twenty (QTY: 2,620) 10.50" x 10.25" x 3.25" min ARMOR, ALUMINUM, 5083, SPEC MIL-DTL-46027.


(Optional material: Aluminum, 5083-H32, SPEC ASTM B209 or Aluminum, 5083-H116 or H321, SPEC ASTM B928/b928M or Aluminum, 5059-H116 or H321, SPEC ASTM B928/B928M.


2.2 The contractor shall produce and deliver two-thousand-six-hundred-twenty (QTY: 2,620) 10.25" x 10.25" x 3.25" min ARMOR, ALUMINUM, 5083, SPEC MIL-DTL-46027.


(Optional material: Aluminum, 5083-H32, SPEC ASTM B209 OR Aluminum, 5083-H116 or H321, SPEC ASTM B928/B928M or Aluminum, 5059-H116 or H321, SPEC ASTM B928/B928M.


2.3 The contractor shall produce and deliver two-thousand-six-hundred-twenty (QTY: 2,620) 5.25" x 4.00" x 2.25" min or 2.50" ARMOR, ALUMINUM, 5083, SPEC MIL-DTL-46027.


(Optional material: Aluminum, 5083-H32, SPEC ASTM B209 or Aluminum, 5083-H116 or H321, SPEC ASTM B928/B928M or ALUMINUM, 5059-H116 or H321, SPEC ASTM B928/B928M.


2.4 The contractor shall provide Certificate of Compliance and Material Certificates from the Mill DI-MISC-81356A, Certificate of Compliance (CDRL A001) ,


2.5 The contractor shall immediately report any major accident or incident (including fire) resulting in one or more of the following: causing one or more fatalities; or one or more disabling injuries; damage to Government property exceeding $10,000; affecting program planning or production schedules; degrading the safety of equipment under contract such that personal injury or property damage may be involved; identifying a potential hazard requiring corrective action. The contractor shall prepare an Accident/Incident Report for each incident in accordance with DI-SAFT-81563, Accident/ Incident Report (CDRL A002).


2.6 Export Control Laws/International Traffic in Arms Regulation. Information Subject to Export Control Laws/International Traffic in Arms Regulation (ITAR): Public Law 90-629, "Arms Export Control Act," as amended (22 U.S.C 2751 et. Seq.) requires that all unclassified technical data with military application may not be exported lawfully without an approval, authorization, or license under EO 12470 or the Arms Export Control Act and that such data required an approval, authorization, or license for export under EO 12470 or Arms Export Control Act. For purposes of making this determination, the Militarily Critical Technologies List (MCTL) shall be used as general guidance. 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.


3.0 Applicable Documents


AR 710-3 Asset Tracking Reporting System
MIL-STD-1916 DoD Preferred Methods for Acceptance of Product


4.0 Classification: The classification of this effort is UNCLASSIFIED


5.0 Period of Performance: The period of performance shall be from the effective date of award through September 2018. Per the following delivery schedule.


5.1 Delivery Schedule:


Commencing on or about June 1, 2018 and completing no later than September 30, 2018.


Minimum monthly deliveries of five-hundred (QTY: 500) of each of the three following three geometries:


1. 10.50" x 10.25" x 3.25"


2. 10.25" x 10.25" x 3.25"


3. 5.25" x 4.00" x 2.25"


NOTE: Faster, earlier, and larger deliveries are acceptable and preferred


6.0 Shipping Provisions


Deliverables shall be sent to the following POCs:


All deliverables under this proposal will be shipped FOB Destination to the POC at the following address:


Khalid Ahmed
3150 Gately Road
Picatinny Arsenal, NJ 07806



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 52.247-34. 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, 52.222-40, 52.222-50, 52.223-18,; 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). "Fill-ins" are provided on Standard Form SF33, and other solicitation documents. 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: 423510.


5. Issuing Office
U.S. Army Contracting Command - New Jersey
ATTN: Nicole L. Thalmann
Office Symbol: ACC-NJ-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 2,500 pounds but less than 30,000 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.
Items will be shipped to:
Attn: Khalid Ahmed
3150 Gately Road
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 - http://farsite.hill.af.mil/vffara.htm


Local Clauses - http://procnet.pica.army.mil/reference/Clauses/locals.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, Nicole Thalmann
Picatinny Arsenal, NJ 07806-5000
E- mail: nicole.l.thalmann.civ@mail.mil


52.212-2 Addenda:


1.0 Basis for Award


The Government's selection for an awardee will be made on the basis of the lowest priced quote meeting or exceeding the acceptability standards for the non-cost factors in accordance with FAR 15.101-2, lowest price technically acceptable source selection process. The purchase order will be awarded to the offeror who is deemed responsible by the Contracting Officer, in accordance with the General Standards for contractor responsibility at FAR 9.104-1, and whose proposal conforms to all of the solicitation's requirements (including stated terms, conditions, representations, certifications, and all other information) and is assessed, based on the evaluation factors below, to represent the lowest price technically acceptable.


2.0 Evaluation Factors & Evaluation Approach


All proposals will be evaluated in a fair and consistent manner. All proposals will be subject to evaluation by a team of Government personnel. The offeror whose proposal is determined to provide the lowest priced proposal that meets the acceptability standards for non-cost factors will be awarded the purchase order.


The Government may reject any proposal that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low priced when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program.


The Government reserves the right to award based on initial proposals. The Government intends to evaluate proposals and award the purchase order without discussions with the offerors (except clarifications as described in FAR 15.306). However, the Government reserves the right to conduct discussions and request proposal revisions if it is determined to be in the best interest of the Government.


Factor 1 - Technical


The proposals will be evaluated based on the criteria established in this solicitation as follows.


In order to achieve an Acceptable rating in the Technical factor, the offeror's proposal must clearly meet the following minimum requirements:
a. Technical Approach: The offeror's proposal shall demonstrate a thorough understanding of the requirements as defined in the Statement of Work to include:


i. The contractor shall meet the following military standards and/or industry standard for the listed materials:
a. ARMOR, ALUMINUM, 5083, SPEC MIL-DTL-46027. OPTIONAL MATERIAL: ALUMINUM, 5083-H32, SPEC ASTM B209 OR ALUMINUM, 5083-H116 OR H321, SPEC ASTM B928/B928M OR ALUMINUM, 5059-H116 OR H321, SPEC ASTM B928/B928M.


ii. The Contractor shall deliver materials within the delivery schedule specified in the Statement of Work or best delivery schedule.


Proposals will be evaluated to determine an offeror's Understanding of the Requirements and Feasibility of Approach.


(1) Understanding the Requirements - The proposal will be evaluated to determine the extent to which it demonstrates a clear and complete understanding of all requirements involved including offeror's existing capabilities, knowledge and expertise in providing the requested items and meeting the requirements presented by the SOW.


(2) Feasibility of Approach - The proposal will be evaluated to determine whether the offeror's methods and approach to meeting the SOW requirements provide the Government with a high level of confidence of successful completion within the required schedule.


ADJECTIVAL RATING DEFINITION
ACCEPTABLE Proposal clearly meets the minimum requirements of the solicitation.
UNACCEPTABLE Proposal does not clearly meet the minimum requirements of the solicitation.


Factor 2 - Price


1. The Total Evaluated Price will be determined by summing the price proposed on each Line Item. This Total Evaluated Price will then be evaluated for reasonableness in accordance with price analysis techniques at FAR 15.404-1(b). Price will not be scored.


2. An offeror must propose on all Line Items to be considered for award. Unit pricing shall be listed with extended costs for each item.


3. Adequate competition is anticipated for this purchase order. However, in the event that only one offer is received, the Government reserves the right to perform a cost analysis IAW FAR 15.404-1(c). Therefore, in instances when only one offer is received and the quote is $700,000 or more, the Contracting Officer shall obtain Certified Cost or Pricing Data. Offers under $700,000.00 require cost or pricing data, but such cost or pricing data is not required to be certified by the offeror. Cost or Pricing Data or Other than certified cost or pricing data shall be provided upon request IAW FAR 15.403. This information will be evaluated for magnitude and reasonableness and may be adjusted from a technical and cost perspective using cost analysis to determine the most probable cost to the Government. Offerors shall utilize a Microsoft Excel file format with formulas intact when submitting their Price/Cost quote (FAR 15.403-5(b)(1)).


4. Price/Cost Inconsistencies: A proposal is presumed to represent an offeror's best effort to respond to the solicitation. Each initial proposal should contain the offeror's best terms for award for this purchase order. Any inconsistencies in performance or price should be explained in the proposal. Any significant inconsistencies, if unexplained, raise a fundamental issue of the offeror's understanding of the nature and scope of work required and its financial ability to perform the contract, and may be grounds for rejection of the proposal.


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: Nicole Thalmann; nicole.l.thalmann.civ@mail.mil. Proposals must be received No Later Than 29 March 2018. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of proposal is the responsibility of the offeror.


Nicole L. Thalmann, Contract Specialist, Email nicole.l.thalmann.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP