The RFP Database
New business relationships start here

Hydraulic Parts for TRAK


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-YR02 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 332912 with a small business size standard of 1000 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 purchase of hydraulic components, in accordance with the following Statement of Work (SOW) requirements:

1. Objective: The US Army Combat Capabilities Development Command (CCDC) Armaments Center Manufacturing and Prototyping Technology Division (M&PT) has been, and continues to be responsible for the manufacture of prototype metal parts and assemblies to support several ongoing development programs at the CCDC Armaments Center. These efforts will assist to provide test articles to its customers.


2. Scope: This Performance Work Statement (PWS) defines the CCDC Armaments Center M&PT's requirements for manufacturing support services. These services will support the rapid design and manufacturing of tooling and part components to support prototyping and development programs.


3. Applicable Documents: - See Appendix A for more info.


• Drawing Number 13041928
• Drawing Number 13041941
• Drawing Number 13041927
• Drawing Number 13041971
• Drawing Number 13057005


4. Requirements: The Contractor shall deliver items described in Appendix A that meet the following technical performance requirements:


4.1 Material Certification: Material Certification (CDRL A001) shall be supplied for all items listed in Appendix A as required.


4.2 Manufacturing: Items listed in Appendix A shall conform to all drawing manufacturing specifications.


4.3 Inspection: Items listed in Appendix A shall conform to all drawing dimensioning and tolerancing specifications. Inspection certification (CDRL A001) shall be supplied as required

4.4 Packaging: Commercial packaging applies to this procurement. Items listed Appendix A are to be packaged so that no part damage will occur during shipping to the CCDC Armaments Center.


5. Deliverables: The contractor shall provide the following items and documentation.


5.1 Items as described in Appendix A. Delivery for items listed in Appendix A shall be no more than twelve weeks from date of contract award.


5.2 The contractor shall provide all certifications as described in section 4 (DI-MISC-80678, Contract Data Requirements List CDRL A001).


5.3 The contractor shall provide a Certificate of Compliance (DI-MISC-81356A, CDRL A002) with the delivery of each item stating that items meet all drawing specifications.


6. General Information:


6.1 Delivery Information:


US Army, RDECOM-ARDEC
CCAR-MEE-M
3150 Gately Rd.,
Picatinny Arsenal, NJ 07806-5000


6.2 Government POC's: TBD

6.3 Classification: Highest Overall Classification: Unclassified


6.4 Contract Information:


6.4.1 Manufacture of items listed in Appendix A.


6.4.2 Period of performance shall be no more than 12 weeks from date of contract award.


6.4.3 Place of Performance. Items will be supplied from vendor's facility. The items will be shipped to Picatinny Arsenal, NJ via commercial methods. No work will be performed at Picatinny by the vendor.


7. Security:


7.1 Export Control Laws/International Traffic in Arms Regulation. DFARS Clause 252.225-7048, Export-Controlled Items applies to this effort. 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.


 


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, 52.222-27,52,222-35,52,222-36,52.222-37 52.222-40, 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:


1. 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.


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: 332912


5. Issuing Office
U.S. Army Contracting Command - New Jersey
ATTN: Yubaraj Rasaily
Office Symbol: ACC-NJ-JA
Picatinny Arsenal, NJ 07806-5000
Email: yubaraj.rasaily.civ@mail.mil


6. Point of Contact for Information:
Name: Yubaraj Rasaily
Title: Contract Specialist
Email: yubaraj.rasaily.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 (see below).
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:
US ARMY RDECOM-ARDEC
Bldg 3150, Gately Rd,
Picatinny Arsenal, NJ 07806-5000



PACKAGING REQUIREMENTS
Items listed Appendix A are to be packaged so that no part damage will occur during shipping to the CCDC Armaments Center.


 


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. 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
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 quote (RFQ). 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, Yubaraj Rasaily
Picatinny Arsenal, NJ 07806-5000
E- mail: yubaraj.rasaily.civ@mail.mil


52.212-2 Addenda:


Basis for Award
In accordance with FAR 16.505(b) (1) Fair Opportunity, the Contracting Officer will provide each awardee a fair opportunity to be considered for the purchase of TRAK Hydraulic Components. All proposals will be evaluated in a fair and consistent manner. This acquisition will utilize the Lowest Price Technically Acceptable (LPTA) evaluation procedures to make a best value award. A decision on the technical acceptability of each offeror's proposal will be made. For those offerors which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price. The Government intends to make an award based on the initial proposals. If further clarifications are required, the contracting officer may contact the offeror or offerors. Award will be made to the responsible offeror whose proposal conforms to all solicitation and technical requirements, and also provides the best value to the Government based on the results of the evaluation described below. Under this evaluation approach, a proposal would not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability.


The offerors' proposals are presumed to represent their best efforts in response to the requirements. Any inconsistency, whether real or apparent, between promised deliverables and price shall be explained in the proposal. Unexplained inconsistencies resulting from the offerors' lack of understanding of the nature of the scope of work required may be grounds for rejection of the quotation.


Relative Weighting of Criteria:


Award will be made on the basis of the lowest evaluated price of the proposal meeting or exceeding acceptability standards for non-cost factors. Proposals will be evaluated for acceptability but not ranked using the non-cost/price factors. The selection of the lowest priced technically acceptable proposal will be the result of an assessment made by the Contracting Officer considering: Technical and Price.



2.1 Evaluation Factors:


2.2 Technical: Acceptability standards are: one that meets the specified requirements of the Statement of Work (SOW), within the required delivery schedule.


An evaluation rating of Technically Acceptable / Unacceptable will be assigned upon completion of the technical proposal evaluation. If an offeror receives a Technical rating of "Unacceptable," they may not be considered for contract award. Technical proposals shall be limited to no more
than 15 pages using Microsoft Word or PDF format, 12pt Times New Times Roman font, single- spaced with 1 inch margins.


The following adjectival rating will be utilized in the evaluation of Technical:


RATING DESCRIPTION
Acceptable Proposal clearly meets the minimum requirements of the solicitation
Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation


2.3 Price Factor:


Price will not be scored. Proposed prices will be evaluated for reasonableness in accordance with FAR 15.404-1(b), and analysis will be used to determine the total evaluated price to support the selection of the lowest priced, technically acceptable offeror.


The offeror shall submit a price for the below Contract Line Item Numbers (CLINS) in accordance with the Statement of Work (SOW) delivery schedule. In addition, the offeror shall provide a SEPARATE BREAKOUT of those items which support the overall price of CLIN 0001.


Description Part Number QTY

CLIN 0001 Fitting, Adapter - 1/4 NPTF to G 1/4 B (BSPP) 13041944 13041928 12
CLIN 0002 Fitting, Adapter - 1/4 NPT to -4 37 degree flare 13041944 SAE J514_070102-4 24
CLIN 0003 Fitting, Elbow - -4 37 degree flare 13041944 SAE J514_070201-4 24
CLIN 0004 Fitting, Elbow Adapter - 1/4 NPT to -4 37 degree flare 13041944 SAE J514_070202-4 42
CLIN 0005 Fitting, Adapter - Male 3/8 NPT to female 1/4 NPT 13041944 SAE J514_140140-6 21
CLIN 0006 SEAL, BONDED, SELF CENTRING 300-821-8825-41 12
CLIN 0007 Coupler, ISO 7241-1 Series B - Female - 1/4 NPT ISO7241-1_B-4-F_NPT 7
CLIN 0008 Coupler, ISO 7241-1 Series B - Male- 1/4 NPT ISO7241-1_B-4-M_NPT 7
CLIN 0009 Hydraulic Cylinder, Enerpac RC258 19
CLIN 0010 Pipe Assembly 13041971 18
CLIN 0011 Hose Assembly 13041927 19
CLIN 0012 TRAK VALVE, SWAGELOK SS-LH83XPF4-SH 12
CLIN 0013 HARDLINE, TRAK 13057005 12
CLIN 0014 CDRL- DD1423 (NOT SEPARATELY PRICED)


 



Price Inconsistencies: Any significant performance and price inconsistencies, if unexplained in the offerors' proposal submission, raise a fundamental issue of the offerors' understanding of the nature and scope of work required and his/her financial ability to perform the contract, and may be grounds for rejection of the proposal.


3.0 Discussions:


Each proposal submission should contain the offeror's best terms for award of a contract under the solicitation, as the Government intends to award without discussions. The Contracting Officer may contact offerors for clarification, as described in FAR 15.306(a) and FAR 52.215.1, without opening discussions. However, the Government reserves the right to conduct discussions and to permit offerors to revise their proposal submissions if determined necessary by the Contracting Officer.


 


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: Yubaraj Rasaily Email: Yubaraj.rasaily.civ@mail.mil. Proposals must be received No Later than 11 April 2019. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of proposal is the responsibility of the offeror.


 


Yubaraj Rasaily, Contract Specialist, Phone 9737249740, Email yubaraj.rasaily.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP