This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional informational 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 Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the solicitation number is W52P1J-20-T-FIP1.
The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06.
The NAICS Code for this procurement is 326150; the size standard is 750 employees. The Federal Service Code is 9390.
Offerors must be registered with the System for Award Management (SAM) database in order to receive an award against this Solicitation. The website for SAM is https://www.sam.gov
DESCRIPTION OF REQUIREMENT
This solicitation is issued for the following:
CLIN 0001: Polyethylene Foam Inserts, Production Quantity. Produced in accordance with (IAW) Drawing 8179239 Rev. B.
Quantity: 2,000 Each
NOTE: This drawing is for Item -2, Insert, Foam ONLY. Item -1, Pad, Foam is not part of this order.
The mentioned drawing can be located at https://www.fbo.gov/fedteds/W52P1J20TFIP1.
Certified Material Test Report must be provided with each shipment to confirm compliance with Material Specifications. Material to be IAW A-A-59136. The Certified Material Test Report is located at Attachment 001 of this solicitation.
Preservation, Packaging, and Packing IAW ASTM D 3951 (Commercial Packaging)
TYPE OF ACQUISITON AND CONTRACT
This acquisition is issued as 100% Small Business Set Aside and will be evaluated as price only.
DELIVERY AND LOCATION
The desired delivery dates are as follows:
CLIN 0001: Production Quantity
6 Weeks after Contract Award
NOTE: Early delivery is acceptable at no additional cost to the Government
Delivery shall be F.O.B. Destination to:
Crane Army Ammunition Activity
300 Highway 361
Bldg. 148
Crane, IN 47522
Crane receiving hours are 0700-1430 Eastern Time, Mon-Thurs BY APPOINTMENT ONLY. This includes Inert and Freight All Kind (FAK). Appointments shall be made via Carrier Appointment System (CAS). Carriers without access to the CAS System shall call 9812) 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.
TECHNICAL DATA PACKAGE (TDP)
Drawing 8179239 Rev. B is Distribution Level C, 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 TDP 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. Processing time is estimated at 5 working days after receipt. Firms are required to have a current valid Cage Code in order to register. Each individual requiring access to the TDP must have a Federal Business Opportunities (FBO) account.
Drawing 8179239 Rev. B is available electronically for download at the following TDP link, for those who are JCP certified. https://www.fbo.gov/fedteds/W52P1J20TFIP1.
Access to the drawing is restricted to the data custodian listed on the DD Form 2345. Further dissemination of Restricted TDPs must be in accordance with provisions of DoD Directive 5320.25. This also applies to distribution of the TDP to all SUBCONTRACTORS at every level.
Upon competition of the purposes for which the restricted technical data has been provided, the Contractor is required to destroy all documents, including all reproductions, duplications, or copies thereof as may have been further distributed by the Contractor. Destruction of this technical data shall be accomplished by: shredding, pulping, burning, or melting any physical copies of the TSP files from computer drives and electronic devices, and any copies of those files.
DEADLINE FOR SUBMISSION
Offers are due November 25th, 2019 no later than 12:00pm Central Time.
Offers are to be submitted electronically via email to the Contract Specialist at michelleann.g.sanchez.civ@mail.mil and the Contracting Officer at cindy.k.wagoner.civ@mail.mil. Offerors should include "Response to W52P1J-20-T-FIP1" within the subject line.
QUESTIONS
Questions regarding this solicitation shall be submitted the same manner as offers, electronically via email to the Contract Specialist and Contracting Officer.
Please note that questions concerning this solicitation should be submitted at the earliest time possible, to ensure a response. Questions not received within a reasonable time prior to the close of solicitation may not be considered.
CLAUSES
The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARS) commercial clauses apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at acquisition.gov):
FAR 52.212-1, Instructions to Offerors - Commercial Items
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Alt. 1
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 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-23, Prohibition on Contracting Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
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 52.219-6, Notice of Total Small Business Set-Aside
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 52.222-36, Equal Opportunity for Workers with Disabilities
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, Restriction on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management
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 52.204-17, Ownership or Control of Offeror
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-20, Predecessor of Offeror
FAR 52.247-34, F.O.B. Destination
FAR 52.252-1, Solicitation Provisions Incorporated by Reference
FAR 52.252-3, Alterations in Solicitation
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 252.225- 7048, Export Controlled Items
DFARS 252.232-7006, Wide Area Workflow Payments
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
MichelleAnn G. Sanchez, Contract Specialist, Phone 3097825454, Email michelleann.g.sanchez.civ@mail.mil - Cindy K. Wagoner, Contracting Officer, Phone 3097820182, Email cindy.k.wagoner.civ@mail.mil