O-Ring, Cup to Case Seal
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 anno... 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; quotes 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-19-T-ORNG. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The NAICS code for this procurement is 325212; the small business size standard is 1,000 employees. The Federal Supply Code is 9320. Offerors must be registered within the System for Award Management (SAM) database at time of submission of an offer. The website for SAM is https://www.sam.gov/. DESCRIPTION OF REQUIREMENT This solicitation is issued for the following: CLIN 0001: O-Ring, Cup to Case Seal Part Number E0740 2-018 Quantity: 120,000 each Material Certification Test Report: A Material Certification Test Report (Attachment 01) shall accompany each delivery and an email copy shall be sent to benjamin.w.styvaert.civ@mail.mil. PACKAGING AND PACKING Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951 (Commercial Packaging). TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as 100% Small Business Set-Aside. The Army Contracting Command-Rock Island (ACC-RI) intends to award a Firm Fixed Price Contract. DELIVERY AND LOCATION The Desired Delivery Dates are as follows: DATE QUANTITY 08 July 2019 20,000 each 08 August 2019 20,000 each 09 September 2019 20,000 each 07 October 2019 20,000 each 04 November 2019 20,000 each 02 December 2019 20,000 each NOTE: Early delivery is acceptable at no additional cost to the Government. Delivery shall be FOB Destination to: Crane Army Ammunition Activity, Building 148, 300 Highway 361, Crane, Indiana 47522-5001. QUOTE SUBMISSION REQUIREMENTS When responding to this solicitation, Attachment 02 shall be submitted which includes the following: (1) Per-Unit and Total Price. Price shall limited to 2 decimal places. (2) Delivery Schedule (if revised from above) (3) Company Name/Address/CAGE Code/DUNS number (4) Point of Contact (Name/Title/phone number/email address) LISTING OF ATTACHMENTS Attachment 01, Certified Material Test Report Attachment 02, Pricing Sheet Attachment 03, Limited Source Justification BASIS FOR AWARD Award will be made on price only to the offeror who provides the lowest Total Price, who is determined to be responsible and who is compliant with all the requirements of this Solicitation. Total Price is calculated as: CLIN 0001 Price (please include shipping in your unit price). Note: Please limit pricing to two decimal places. In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. Award will be made on a Firm Fixed Price basis. DEADLINE FOR QUOTE SUBMISSION Offers are due on April 5, 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 benjamin.w.styvaert.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil Offerors should include "Response to W52P1J-19-T-ORNG" within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist. **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. CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (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 52.204-10, 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 52.222-50, Combating 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-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 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.O.B. Destination 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 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.225-7001, Buy American Act and Balance of Payments 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 252.244-7000, Subcontracts for Commercial items DFARS 252.247-7023, Transportation of Supplies by Sea The following additional clause applies: Crane Army Ammunition Activity Delivery Instructions CAAA receiving hours are Mon - Thurs, 0700 - 1430 BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK); appointments will be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)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. Crane Army Ammunition Activity Building 148 300 Highway 361 Crane, Indiana 47522
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »