Detonation Cords
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announce... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number for this procurement is N00174-19-Q-0040 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 325920. Product Deliverable (CLIN) USG Approvals Product Description SOW Paragraph Required Delivery Date (RDD) Related Data Deliverable (CDRL) CLIN 0001 First Article Kick-off and Systems Requirements Review 3.2 Schedule event: 10-15 DAC Conduct Review: 30 DAC CDRL A001 CDRL A002 Sample for Laboratory Examination - Core Filler 25-gram sample of the low energetic core composition filler independent verification testing by the USG before manufacturing the First Article FTDC. 3.3.2 45 DAC CDRL A003 Samples for Examination - Jacket color. At least 3 over extruded jacket material samples that approximate the International Commission on Illumination (CIE) color space values identified in SP-FTDC-100. Samples to support final jacket color selection by the USG before the First Article FTDC. 3.3.3 45 DAC **USG Approval to proceed** Written Approval of Laboratory Samples (LSA) from the NSWC IHEODTD Contracting Officer Approval for entry to 3.4: First Article FTDC NLT 30 days after receipt of product and documentation deliverables per 3.3 First Article FTDC (partial spool). At least 500 feet of FTDC for independent verification testing by the US Government (USG) IAW the baseline FTDC Product Specification SP-FTDC-100 3.4 125 DAC Product Deliverable (CLIN) USG Approvals Product Description SOW Paragraph Required Delivery Date (RDD) Related Data Deliverable (CDRL) CLIN 0002 Production (5 spools) and LAT **USG Approval to proceed** Written Production Readiness Approval (PRA) from the NSWC IHEODTD Contracting Officer PRA for entry to 3.5: Production NLT 45 days after receipt of First Article FTDC per 3.4 FTDC Product with Interim DoT EX letter authority. Five (5) full spools each containing 1000-linear feet of FTDC shipped IAW DoT Interim EX letter. 3.5 3.5.1 (3.5.2) (3.5.3) (3.5.4) 265 DAC CDRL A004 CDRL A005 Final DoT EX Letter and PHST. Final US DoT Explosive classification approval (EX Letter) for the FTDC product. 3.5.3 (3.5.1) 310 DAC PHST Logistical Spares IAW Final DoT EX Letter Provisions. Fifteen (15) additional packaging spares (spools and logistical packaging/fiber board boxes) that meet the PHST requirements of the Final DoT EX Letter per 3.5.3 for the FTDC product. 3.5.5 (3.5.3) 310 DAC CLIN 0003 HD 1.4S Assignment Tests and FHC TDP Submission of the FTDC HD 1.4S FHC documentation package IAW NAVSEAINST 8020.8C to NOSSA where: •· HD 1.4S Assignment Tests shall be performed by an DoT approved Examining Agency recognized by the US DoT •· HD 1.4S Assignment Tests shall include UN Test 6(d): Three unconfined single package tests •· HD 1.4S FHC submission includes the HD 1.4S Assignment Test Report and Recommendation issued by the US DoT approved Examining Agency 3.6 (3.6.5) 415 DAC CDRL A006 CDRL A007 (x) Special Shipping Instructions The Code of Federal Regulations, Title 49 (49 CFR) governs the domestic transportation of hazardous materials for all modes of transport to, from and within the United States. The Department of Transportation (DoT), Pipeline and Hazardous Materials Safety Administration (PHMSA), Office of Hazardous Materials Safety (OHMS) is the Federal safety authority for the transportation of hazardous materials. The FTDC shall be containerized with the appropriate package, handle, store, and transport (PHST) configuration and be accompanied by the explosive classification approval (EX Letter) from the US Department of Transportation required to ship materials classed in accordance with Section 173.56, Title 49, Code of Federal Regulations (49 CFR). **This procurement includes unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation, which verifies the legitimacy of the company, must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Offerors are encouraged to apply for certification as early as possible in order for processing and receipt of information to be completed in sufficient time to prepare a proposal before solicitation closing.** The qualified bidder must pass a DCMA Explosive Safety Survey. Please send ITAR Certification and request for bidder's package that includes the Statement of Work (SOW), Product Specifications and Contract Data Requirements List (CDRLS) to both Brandi.sorzano@navy.mil and Michelle.Reeves@navy.mil All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.204-3 Taxpayer Identification; FAR 52.204-13 System for Award Management; FAR 52-204-19 Incorporation by Reference of Representations and Certifications; FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; 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; Affirmative Action for Workers with Disabilities; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Points of contact: Contract Specialist/Administrator: Brandi Sorzano, Civ, Telephone: (301) 744-6908, Fax: FAX: 301-744-4055 E-Mail: brandi.sorzano@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the NSWC IHEODTD 4081 N. Jackson Rd Bldg 841Indian Head, MD 20640 not later than 0900 (1500 p.m.) Easter Standard Time on 17 July 2019. All quotes must be marked with RFQ number and title.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »