The RFP Database
New business relationships start here

Tow and Tie Down Steel


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-19-R-0037 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 332999 with a small business size
standard of 750 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 following Statement of Work (SOW) requirements:


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. To maintain compliance to demanding program schedules and production deliveries, qualified vendors of metal and metal alloy materials must be readily available for material acquisition.


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


AR 710-3 Asset Tracking Reporting System
MIL-STD-1916 DoD Preferred Methods for Acceptance of Product
ASTM-A829 Standard Specification for Alloy Structural Steel Plates
3. Requirements
3.1. The contractor shall produce and deliver:
Forty (QTY: 40) STEEL; 4140 PLATE 9.25" x 10" x 17.5" MIN; PER ASTM-A829
Forty (QTY: 40) STEEL; 4140 PLATE 11" x 8.75" x 12.25" MIN; PER ASTM-A829
Twenty (QTY: 20) STEEL; 4140 PLATE 3.25" x 8" x 12" MIN; PER ASTM-A829


4. Requirements:
4.1. The contractor shall provide Certificate of Compliance and Material Certificates from the Mill DI-MISC-81356A, Certificate of Compliance (A001).
4.2 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 (A002).


5. Deliverables:
5.1. The contactor shall deliver all requirements in full within 30 days after contract award.
NOTE: Smaller, quicker deliveries are acceptable and preferred


6. General Information:
6.1. Period and Place of Performance: Delivery within 30 days. Work shall
be completed at the Contractor's Facilities.
6.2. Highest Overall Classification: UNCLASSIFIED.
6.3. Payment: Payments will be made using iRAPT (formerly Wide Area
Workflow (WAWF)) and contractor shall submit invoices for payment upon
government receipt of parts. Partial, early deliveries are acceptable.
6.4. Delivery Location: All deliveries under this proposal will be shipped F.O.B. destination to the following address:


TRANSPORTATION OFFICER, W52H1C
BLDG 299, BECK AND GILESPIE
ATTN: DOUGLAS KLUNDT, 309-782-7387
EAST END, RECG DOOR 16A
ROCK ISLAND IL 61299-5000



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, 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, , 52,222-36, 52.222-37, , 52.222-50, 52.223-18, 52.225-13; 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:

Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). Responses shall include the contractor's Cage Code and DUNS number. Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001.


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.


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".


Procurement Information:


This Procurement is 100% set-aside for Small Business.
The applicable SIC/NAICS code is: 332999


Issuing Office
U.S. Army Contracting Command - New Jersey
ATTN: Gary Ferguson
Office Symbol: ACC-NJ-JA
Picatinny Arsenal, NJ 07806-5000
Email: gary.w.ferguson12.civ@mail.mil


Point of Contact for Information:
Name: Gary Ferguson
Title: Contract Specialist
Email: gary.w.ferguson12.civ@mail.mil


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.


2D Bar Codes are not required.


The estimated weight of the item in its shipping container is greater than 200 pounds but less than 2,500 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.


Government Furnished Equipment will not be provided for this contract.


Items will be shipped to:


TRANSPORTATION OFFICER, W52H1C
BLDG 299, BECK AND GILESPIE
ATTN: DOUGLAS KLUNDT, 309-782-7387
EAST END, RECG DOOR 16A
ROCK ISLAND IL 61299-5000



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


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, Gary Ferguson
Picatinny Arsenal, NJ 07806-5000
E- mail: gary.w.ferguson12.civ@mail.mil


52.212-2 Addenda:


Basis for Award
The Government plans to award a purchase order (or call order if a Blanket Purchase Agreement is available) as a result of this Request for Quotation (RFQ). The evaluation of quotes shall be conducted utilizing the Lowest Priced Technically Acceptable (LPTA) evaluation approach, based on an evaluation of quotes in the areas of Technical and Price Under this evaluation approach, a quote would not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability.


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 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 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.
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.    STEEL; 4140 PLATE 9.25" x 10" x 17.5" MIN; PER ASTM-A829
b.    STEEL; 4140 PLATE 11" x 8.75" x 12.25" MIN; PER ASTM-A829
c.    STEEL; 4140 PLATE 3.25" x 8" x 12" MIN; PER ASTM-A829


ii.    The Contractor shall deliver materials within the delivery schedule specified on Statement of Work


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 capabilities, knowledge and expertise in 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.


Acceptable/Unacceptable Ratings


Rating Description
Acceptable Proposal meets the requirements of the solicitation


Unacceptable Proposal does not meet the 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


3. Price will NOT be scored with any rating. The Government will evaluate the total quoted price (inclusive of the base period and all option years) for reasonableness in accordance with FAR 13.106-3. The proposed prices for each CLIN, to include Option CLINs, will be added together to achieve one total evaluated price.
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 contract. 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: Gary Ferguson; gary.w.ferguson12.civ@mail.mil.


Proposals must be received No Later Then 28 December 2018.


Confirmation of receipt of transmission by the Government by the date/time specified for receipt of proposal is the responsibility of the offeror.




Gary Ferguson, Contract Specialist, Phone 9737248712, Email gary.w.ferguson12.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP