Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

13 -- Shaped Charge Warheads - COMBO Word Doc

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0220
 
Archive Date
10/6/2016
 
Point of Contact
Jamie N White, Phone: 3013941615, Benjamin J Shelton, Phone: 3013940752
 
E-Mail Address
jamie.n.white2.civ@mail.mil, benjamin.j.shelton6.civ@mail.mil
(jamie.n.white2.civ@mail.mil, benjamin.j.shelton6.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Local Provisions and Clauses in Full Text Combo Word Doc COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS In accordance with FAR Part 13.307(b) this combo synopsis/solicitation is issued for this Other than Commercial Item 1. Class Code: 13 2. NAICS Code: 332993 3. Subject: Seventy-Five (75) each - Three-and-two-tenths inches (3.2") Shaped Charge Warheads loaded with LX-14 explosives 4. Solicitation Number: W911QX 16-T-0220. 5. Set-Aside Code: Small Business Set-Aside (SBSA) 6. Response Date: September 21 2016 7. Place of Delivery/Performance: U.S. Army Research Laboratory 321 Colleran RD Aberdeen Proving Ground MD 21005 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.307(b) as allowing quotations to be solicited electronically via the agency form/automated format in as much as the request for quotations form/automated format conforms with the SF 1449, to the maximum extent practicable; 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. (ii) The solicitation number is W911QX 16-T-0220. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-90 effective 25 August 2016. (iv) The associated NAICS code is 332993. The small business size standard is 1,500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure: CLIN 0001 - The contractor shall provide Seventy-Five (75) Three-and-two-tenths inch (3.2") Shaped Charge Warheads loaded with LX-14 explosives to the Weapons and Materials Research Directorate (WMRD) at the US Army Research Laboratory at 321 Colleran Ave Aberdeen Proving Ground MD. The contractor shall ensure the Shaped Charge Warheads meets the following minimum criteria: • MIL-H-48358 Shaped Charges HMX 95.5 Estane 4.5 • Overall length - 7 inches • Overall diameter - 3.201 inches • Net explosive weight - 1266 grams of LX-14 explosive No body, bare billet Copper liner • Lead Time after receipt of order and request for use of facility (RUF) is approved. • Hazmat Code • Proof of authorization to manufacture and distribute explosives. • Proof of reliability of product. (vii) Delivery is required by eight (8) weeks after acceptance of order and approval of request for use of facility (RUF). Delivery shall be made to U.S. Army Research Laboratory, 321 Colleran RD, Aberdeen Proving Ground MD 21005. Acceptance shall be performed at U.S. Army Research Laboratory. The FOB point is destination. Delivery shall follow all state and local regulations, including markings, regarding the transportation, storage and transfer of this requirement. (viii) The provision at 52.215-1, Instructions to Offerors - Competitive Acquisition, applies to this acquisition. The following addenda have been attached to this provision: Offerors shall include the following, at a minimum on the quote: Quote Number Expiration date CAGE Code Business Size Standard Contact Information Line Item Price (if necessary) Total Price All Hazmat Markings Required Proof of Active SAM Registration Shipping Protocol Need for Request for use of Facility (RUF) Any other material required to support submission or required by state and federal laws/regulation on bid submission. 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY (ix) The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria - Supplies (Tradeoff) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated salient characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: Delivery time/Lead time reduction The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets or exceeds the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies and previous contracts within W911QX contracting officer. Offerors with no past performance information, or past performance information unable to be confirmed, will be rated neutral for past performance. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules. Offerors shall include two (2) records of sales of the same or similar item from the previous 60 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number, offers for ARL will rely on customer knowledge of the contract for information. Price will be evaluated based on the total proposed price. Past performance is more important that Technical and when combined, both past performance and technical capability are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors are subject to the provision at FAR 52.204-7, System for Award Management to include the provision at FAR 52.204-8, Annual Representations and Certifications, offerors should insert a completed copy of this provision with the quote. (xi) The clause at 52.213-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: Provisions: N/A Clauses: 52.204-10, 52.209-6, 52.222-19, 52.222-36, 52.222-50, 52.223-18 (xii) The following additional contract requirement(s) or terms and conditions apply: Provisions: 52.204-16, 52.252-1 Clauses: 52.204-18, 52.213-2, 52.219-6, 52.219-28, 52.232-33, 52.232-40, 52.243-1, 52.246-16, 52.249-1, 52.252-2 (Full Text), 252.204-0009, 252.211-7003 (Full Text), 252.232-7003, 252.232-7006 (Full Text) (xiii) This will be a Firm Fixed Price (FFP) award and the following local clauses apply to this acquisition: Provisions: APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2014) Clauses: APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT (APR 2011) APG-ADL-B.5152.204-4411 TECHNICAL POINT OF CONTACT (DEC 2002) APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999) APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: Provisions: 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.225-7000 Buy American--Free Trade Agreements--Balance of Payments Program Certificate (NOV 2014). Clauses: 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7001 Buy American--Free Trade Agreements-- Balance of Payments Program (NOV 2014). 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2014) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) (xv) Offers are due on 09/21/2016 by 1159 PM and shall be sent electronically to jamie.n.white2.civ@mail.mil (xvi) For information regarding this solicitation, please contact Jamie White (301) 394-1615; jamie.n.white2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ca62ef31b00624a0e6afbf835a6bb49d)
 
Place of Performance
Address: 321 Colleran RD, Aberdeen Proving Ground MD 21005, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04273692-W 20160917/160915235927-ca62ef31b00624a0e6afbf835a6bb49d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.