The RFP Database
New business relationships start here

Metal Finishing Process


Illinois, 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 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.

This is a Request for Proposal (RFP) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-19-T-PL12.

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02.

The NAICS code for this procurement is 333249; the small business size standard is 500 employees. The Federal Supply Code is 3426. This solicitation is issued as a 100% Small Business Set-Aside.

Offerors must be actively registered within the System for Award Management (SAM) database at the date of proposal submission, in order to be considered for award. The website for SAM is https://www.sam.gov/.

NOTICE OF ORGANIZATIONAL CONFLICT OF INTEREST

The Performance Work Statement for this solicitation includes Appendices items which were prepared by Middough, Inc., 700 Commerce Drive Suite 200, Oak Brook, IL 60523-1702, under a previous contract. In accordance with FAR 9.505-1, if a contractor provides systems engineering to be used in a competitive acquisition, that contractor may not be awarded a contract to supply the system or any of its major components; or be a subcontractor or consultant to a supplier of the system or any of its major components. To allow Middough, Inc. to submit a proposal for this requirement, either as a prime contractor, subcontractor, or teaming partner, or to be a consultant to a prime contractor, subcontractor or teaming partner, could provide that offeror an unfair competitive advantage. Therefore, in order to avoid this organizational conflict of interest, Middough, Inc. is hereby prohibited from participating in this solicitation as a prime contractor, subcontractor, team member or partner with any other offeror. Middough is further prohibited from acting as a consultant to any supplier of the system or any of its major components. All offerors are hereby prohibited from submitting any offer under this solicitation which includes Middough, Inc. as a subcontractor, team member, or partner; or that included Middough as a consultant. Any offer which includes Middough, Inc. in any of the above-referenced capacities will be rejected as unacceptable.

DESCRIPTION OF REQUIREMENT

This solicitation is for design, fabrication, supply, and installation of a metal finishing process in accordance with the Performance Work Statement (PWS) at Attachment 01, and the associated Appendices at Attachment 02. Installation will be at Crane Army Ammunition Activity, Crane IN.

The Contract Line Item Number (CLIN) Structure is defined as follows:

CLIN 0001 - Drawings (All drawing submissions, as specified within the PWS)

CLIN 0002 - Equipment (All equipment, as specified within the PWS)

CLIN 0003 - Installation and Validation (As specified within the PWS)

CLIN 0004 - Training and Manuals (Training and Manuals, as specified within the PWS)


DELIVERY DATES AND FOB POINT

CLIN 0001 - Delivery date of final 100% design (Final Design) is 90 days after award

CLIN 0002 - Delivery of all equipment is 03/09/2020

CLIN 0003 - Installation & Validation completion date is 05/18/2020

CLIN 0004 - Delivery date is 06/15/2020

Delivery is FOB Destination (Crane Army Ammunition Activity, Crane IN)


TYPE OF ACQUISITION AND CONTRACT

This acquisition is issued as a 100% Small Business Set-Aside. Award will be made using Best Value Source Selection procedures, resulting in a single award Firm Fixed Price contract.

INSURANCE REQUIREMENT

The metal finishing system will be installed at Crane Army Ammunition Activity, Crane IN, a Government Installation. FAR Clause 52.228-5, Insurance-Work on Government Installation applies, as noted within the "Clause" Section below. The amount of insurance required is as specified within FAR 28.307-2.


INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS

• See Attachment 05 - Instructions, Conditions, and Notices to Offerors


EVALUATION FACTORS FOR AWARD


• See Attachment 06 - Evaluation Factors for Award



LISTING OF ATTACHMENTS

Attachment 01, Performance Work Statement (PWS) dated 10 April 2019

Attachment 02, PWS Appendices

Attachment 03, Pricing Matrix

Attachment 04, FAR Clause 52.209-7 and FAR Clause 52.212-3

Attachment 05, Instructions, Conditions, and Notices to Offerors

Attachment 06, Evaluation Factors for Award

Attachment 07, Past Performance Questionnaire


 


CLAUSES

The following Federal Acquisition Regulation (FAR) commercial clauses apply to this solicitation (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 52.203-13, Contractor Code of Business Ethics and Conduct
     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 52.219-14, Limitations on Subcontracting
     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 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
     FAR 52.222-50, Combatting Trafficking in Persons
     FAR 52.223-18, Encouraging Contractor Policies to Ban Text messaging While Driving
     FAR 52.225-13, Restrictions on Certain Foreign Purchases
     FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
     FAR 52.242-5, Payments to Small Business Subcontractors


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 52.209-12, Certification Regarding Tax Matters

FAR 52.228-5, Insurance-Work on Government Installation

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.247-34, FOB Destination

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7003, Agency Office of the Inspector General

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 Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic

DFARS 252.225-7002, Qualifying Country Sources as Subcontractors

DFARS 252.225-7012, Preference for Certain Domestic Commodities

DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

DFARS 252.227-7015, Technical Data-Commercial Items

DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data

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 252.246-7008, Sources of Electronic Parts

DFARS 252.247-7023, Transportation of Supplies by Sea

DFARS 252.225-7052, Restriction on Acquisition of Certain Magnets and Tungsten


DEADLINE FOR PROPOSAL SUBMISSION

Offers are due on Monday, 08 July 2019, not later than 12:00 p.m. Central Time.
Offers shall be submitted in the following way:

Electronically via email to the Contract Specialist lorraine.geren.civ@mail.mil and the Contracting Officer cindy.k.wagoner.civ@mail.mil Offerors should include "Response to W52P1J-19-T-PL12" within the Subject line.

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

**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.


Lorraine Geren, Contract Specialist, Phone 3097826757, Email lorraine.geren.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