The RFP Database
New business relationships start here

Pallets, Demo


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued.

This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-20-T-PLTS.

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.

The NAICS code for this procurement is 321920; the small business size standard is 500 employees. The Federal Supply Code is 3990.

Offerors must be registered within the System for Award Management (SAM) database at time of submission of an offer. The website for SAM is https://www.sam.gov/.

DESCRIPTION OF REQUIREMENT

This solicitation is issued for the following:

Items:

CLIN 0001: Demo Pallets, FAT Quantity
Quantity: 5 each
IAW Drawing CAAA 8663, Rev A

CLIN 1001: Demo Pallets, Production Quantity
Quantity: 3,000 each
IAW Drawing CAAA 8663, Rev A

*Drawing CAAA 8663, Rev A is provided in Attachment 0001.

Material Certification Test Report: A Material Certification Test Report shall accompany each delivery and an email copy shall be sent to jason.a.martin92.civ@mail.mil and cindy.k.wagoner.civ@mail.mil. See Attachment 0002.

PACKAGING AND PACKING

Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951 (Commercial Packaging).

TYPE OF ACQUISITION AND CONTRACT

This acquisition is issued as a 100% Small Business Set-Aside. The Army Contracting Command-Rock Island (ACC-RI) intends to award a Firm Fixed Price Contract.

DELIVERY and LOCATION

The Desired Delivery Dates are as follows:

CLIN 0001: Demo Pallets, FAT Quantity
10 days after Award.

CLIN 1001: Demo Pallets, Production Quantity
20 days After FAT Acceptance.

NOTE: Early delivery is acceptable at no additional cost to the Government.

Delivery shall be FOB Destination to: Crane Army Ammunition Activity, Building 148, 300 Highway 361, Crane, Indiana 47522-5001.

QUOTE SUBMISSION REQUIREMENTS

When responding to this solicitation, Attachment 0003 shall be submitted which includes the following:

(1) Per-Unit and Total Price. Price shall be limited to 2 decimal places.
(2) Delivery Schedule (if revised from above)
(3) Company Name/Address/CAGE Code/DUNS number
(4) Point of Contact (Name/Title/phone number/email address)

LISTING OF ATTACHMENTS

Attachment 0001 - Drawing Number CAAA 8663, Rev A
Attachment 0002 - Certified Material Test Report
Attachment 0003 - Pricing Sheet

BASIS FOR AWARD

Award will be made on price only to the offeror who provides the lowest Total Price, who is determined to be responsible and who is compliant with all the requirements of this Solicitation.

Total Price is calculated as: CLIN 0001 Price plus CLIN 1001 Price

In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions.

Award will be made on a Firm Fixed Price basis.

DEADLINE FOR QUOTE SUBMISSION

Offers are due on November 4, 2019, not later than 12:30 p.m. Central Time.

Offers shall be submitted in the following way:

Electronically via email to the Contract Specialist jason.a.martin92.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil. Offerors shall include "W52P1J-19-T-PLTS - Response - [Insert Offeror's Name]" within the Subject line.

QUESTIONS

Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist.

**Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.

CLAUSES

The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil):

FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
Within FAR 52.212-5, the following optional clauses apply:
     FAR 52.203-6, Restrictions on Subcontractor Sales to the Government
     FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
     FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
     FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
     FAR 52.219-6, Notice of Total Small Business Set-Aside
     FAR 52.219-8, Utilization of Small Business Concerns
     FAR 52.219-28, Post Award Small Business Program Representation
     FAR 52.222-3, Convict Labor
     FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
     FAR 52.222-21, Prohibition of Segregated Facilities
     FAR 52.222-26, Equal Opportunity
     FAR 52.222-35, Equal Opportunity for Veterans
     FAR 52.222-36, Equal Opportunity for Workers with Disabilities
     FAR 52.222-37, Employment Reports on Veterans
     FAR 52.222-50, Combating Trafficking in Persons
     FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
     FAR 52.225-1, Buy American -- Supplies
     FAR 52.225-13, Restrictions on Certain Foreign Purchases
     FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
     FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels
FAR 52.203-3, Gratuities
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.209-7, Information Regarding Responsibility Matters
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.242-15, Stop-Work Order
FAR 52.247-34, F.O.B. Destination
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.225-7001, Buy American Act and Balance of Payments
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism
DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7002, Requests for Equitable Adjustment
DFARS 252.244-7000, Subcontracts for Commercial items
DFARS 252.246-7003, Notification of Potential Safety Issues
DFARS 252.246-7008, Sources of Electronic Parts
DFARS 252.247-7022, Representation of Extent of Transportation by Sea
DFARS 252.247-7023, Transportation of Supplies by Sea

The following additional clause applies:

Crane Army Ammunition Activity Delivery Instructions

CAAA receiving hours are Mon - Thurs, 0700 - 1430 BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK); appointments will be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)854-2199 or (812)854-2339, 48 hours prior to delivery for appointment. Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away.

Crane Army Ammunition Activity
Building 148
300 Highway 361
Crane, Indiana 47522


Jason A. Martin, Contract Specialist, Phone 3097823331, Email jason.a.martin92.civ@mail.mil - Cindy K. Wagoner, Contracting Officer, Phone 3097820182, Email cindy.k.wagoner.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP