Combined Synopsis/Solicitation
Solicitation Number:
W912NW-13-T-0935
Notice Type:
Combined Synopsis/Solicitation
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.
This Solicitation number W912NW-13-T-0935 is issued as a request for quote (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Http://farsite.hill.af.mil (FARSITE) Fac 2005-66, Effective 01 Apr 2013
This Solicitation is for a Supply, quote mark NO SUBSTITUTES quote mark for which the Government intends to solicit and negotiate with only one source, Sulzer Metco. Sulzer Metco is the designer and owner of the proprietary rights to the technical data for the welding powder. Interested persons may identify their interest and capability to respond to this requirement or submit proposals. This solicitation is not a request for competitive proposals however; all proposals received by the closing date/time will be considered solely for the purpose of determining whether to conduct a competitive procurement. This determination is solely within the discretion of the Government. Solicitation to be issued 16 October 2013. No telephonic inquirers
This solicitation will be Sole Sourced to Sulzer Metco / 333992
Manufacturer: SULZER METCO
SUPPLY REQUIREMENT: quote mark NO SUBSTITUTES quote mark
CLIN 0001 - METCO 63NS, QTY: 20 LBS
CLIN 0002 - AMDRY 962, QTY: 120 LBS
CLIN 0003- METCO 71VF-NS QTY: 50 LBS
CLIN 0004- METCO 605NS, QTY: 400 LBS
CLIN 0005- METCO 601NS, QTY: 600 LBS
CLIN 0006- METCO 443NS, QTY: 700 LBS
CLIN 0007- METCO 410NS, QTY: 300 LBS
CLIN 0008- METCO 307NS, QTY: 250 LBS
CLIN 0009- METCO 301NS, QTY: 600 LBS
CLIN 0010- METCO 204NS, QTY: 700 LBS
CLIN 0011- METCO 52C-NS, QTY: 1800 LBS
CLIN 0012- METCO 68F-NS-1 , QTY: 800 LBS
CLIN 0013- METCO 964 QTY: 500 LBS
ADDITIONALS INFORMATION:
The Corpus Christi Army Depot (CCAD) intends to procure multiple metal spray powders from Sulzer Metco (01FK3) for a one (1) base year period with two (2) one (1) year option periods. This is in the best interest of the Sulzer Mecto metal spray booths in the Metal Spray Branch (J3P64B3). This material is utilized during various metal spray process for booths through CCAD. All orders will be processed on an as need bases. Government will invoice per individual order. Please provide product cost and estimated lead time in you proposal for each Item follow above CLIN structure.
FOB: Destination or Origin.
Offers are due by 4:00 p.m CST. on 31 OCT. 2013.
Contact: Kevin Palmer for information regarding this Synopsis/ Solicitation at
[email protected] CLAUSES AND PROVISIONS
The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.
The following provisions and clauses apply to this procurement:
FAR 52.202-1 Definitions
FAR 52.203-3 Gratuities
FAR 52.203-5 Covenant Against Contingent Fees
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government.
FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions
FAR 52.204-7 System for Award Management
FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper.
FAR 52.204-8 Annual Representations and Certifications.
FAR 52.207-4 Economic Purchase Quantity - Supplies
FAR 52.209-9 Updates of Publicly Available Information regarding Responsibility Matters
FAR 52.209-7 Information Regarding Responsibility Matters.
FAR 52.211-5 Material Requirements
FAR 52.212-1 Instructions to Offerors-Commercial Items;
FAR 52.212-2 Evaluation -- Commercial Items (Technical Compliance, Price)
FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items
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. [in paragraphs (b) and (c) the following clauses apply 52.204-10, 52.209-6, 52.219-8, 52.222-3, 52.222-19, 52.222-18, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52-223-18, 52.225-13, 52.232-33 ]
FAR 52.223-6 Drug-Free Workplace.
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.
FAR 52.232-17 Interest
FAR 52.225-18 Place of Manufacture
FAR 52.232-25 Prompt Payment
FAR 52.233-1 Disputes
FAR 52.233-2 Service of Protest
FAR 52.233-3 Protest After Award
FAR 52.233-4 Applicable Law For Breach of Contract Claim
FAR 52.242-13 Bankruptcy.
FAR 52.252-1 Solicitation Provisions Incorporated by Reference;
FAR 52.252-2 Clauses Incorporated by Reference
FAR 52.253-1 Computer Generated Forms.
FAR 52.217-5 Evaluation of Options
FAR 52.217-8 Option to Extend Services
DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating To Compensation of Former DOD Officials
DFARS 252.204-7000 Disclosure of Information
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A Central Contract Registration
DFARS 252.204-7007 Alternate A, Annual Representations and Certifications.
DFARS 252.204-7008 Export-Controlled Items
DFARS 252.225-7006 Quarterly Reporting Of Actual Contract Performance Outside the United States
DFARS 252.209-7001 Disclosure of Ownership of Control By the Government of A Terrorist Country.
DRARS 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government of A Terrorist Country.
DFARS 252.211-7003 Item Identification and Valuation.
DFARs 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.203-7000, 252.225-7001,252.232-7003, 252.247-7023, 252.247-7023 Alt I]
DFARs 252.223-7008 Prohibition of Hexavalent Chromium.
DFARs 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns.
DFARs 252.232-7010 Levies on Contract Payments.
DFARSs 252.243-7002 Requests for Equitable Adjustment.
.DFARs 252.243-7001 Pricing of Contract Modifications
DFARs 252.232-7006 WAWF Clause payment instructions
CCAD 52.0013-4002 Reimbursable Transportation
CCAD 52.0013-4004 Preservation/Packaging/ Packing/Marking Requirements
CCAD 52.0013-4010 State and Local Taxes
CCAD 52.0013-4014 No Quote Preference
CCAD 52.0013-4021 Request for Federal Supply Schedule Information
CCAD 52.0013-4023 Time of Delivery
CCAD 52.0013-4024 All or None
CCAD 52.0013-4025 Catalog Price List
CCAD 52.0233-4000 AMC-Level Protest Program
OFFERORS: RESPOND TO ENTIRE REQUEST; IT CONTAINS IMPORTANT
INFORMATION USED TO EVALUATE QUOTES. FAILURE TO INCLUDE
ALL REQUIRED DOCUMENTATION/INFORMATION MAY RENDER YOUR
OFFER NONRESPONSIVE. OFFER, FILL-INS, AGREEMENTS, PUBLISHED
PRICE LISTS, TECHNICAL LITERATURE, ETC, MAY BE SENT TO
RFQ NUMBER ON ALL DOCUMENTS.
PLEASE SUBMIT A COPY OF YOUR PUBLISHED PRICE LIST TO SUPPORT
PRICES QUOTED.
DUNS NUMBER: __________________
CAGE CODE:__________________
TAXPAYER ID NUMBER: __________________
PROPOSED DELIVERY DATE IS___________________AFTER RECEIPT OF ORDER.
PROMPT PAYMENT DISCOUNT TERMS_______________
VENDOR EMAIL ADDRESS: __________________
VENDOR POINT OF CONTACT: __________________
All offers are due no later than 31 OCT 2013 (Central Standard Time) at 400pm. Offers may be mailed to CCAD Contracting Office, ATTN: Mr. Kevin Palmer, 10221 Ave E, Bldg 1770, Corpus Christi, TX 78419-5211, or emailed to
[email protected]
Bid Protests Not Available