This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-19-T-CRE1.
The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.
This request is issued as a 100% Small Business Set-Aside.
The NAICS code for this procurement is 332993; the small business size standard is 1,500 employees. The Federal Supply Code is 9520.
Offerors must be registered within the System for Award Management (SAM) database in order to receive an award against this Solicitation. The website for SAM is https://www.sam.gov/.
DESCRIPTION OF REQUIREMENT
This solicitation is for the following:
Item: Canister for Red Phosphorous, in accordance with drawing 11021 (See Attachment 01 Drawing)
Quantity: 9,090
TYPE OF ACQUISITION AND CONTRACT
This acquisition is issued as a 100% Small Business Set-Aside. The Army Contracting Command-Rock Island (ACC-RI) will award a Firm Fixed Price Contract.
The Contract Line Item (CLIN) Structure is as follows:
CLIN 0001: Production Quantity
SCHEDULE
CLIN 0001, Production Quantity: Delivery date is 4 weeks after date of award. Deliveries shall be either a) 400 per week; or b) 800 every 2 weeks. Early deliveries are acceptable if at no additional cost to the Government.
PACKAGING AND DELIVERY INFORMATION
Preservation, Packaging & Packing shall be in accordance with ASTM D 3951 (Commercial Packaging)
Deliveries shall be to:
Crane Army Ammunition Activity
Building 48
300 Highway 361
Crane, IN 47522
Deliveries are FOB Destination
QUOTE SUBMISSION REQUIREMENTS
Offerors shall submit the following in response to this solicitation:
1. Completed Pricing Sheet at Attachment 02. Unit prices must be provided for all highlighted cells. Prices shall be stated to 2 decimal places.
2. Completion of Representations and Certifications at Attachment 03. Note: Offerors that are registered and active in the System for Award Management (SAM) database may complete paragraph (b) only.
BASIS FOR AWARD
Award will be made to the offeror who provides the lowest Total Price, who is deemed responsible, and who is compliant with all requirements of this solicitation.
Total Price is calculated as: CLIN 0001 Total Price
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.
LISTING OF ATTACHMENTS
Attachment 01, Drawing
Attachment 02, Pricing Sheet
Attachment 03, Clause - FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items
DEADLINE FOR SUBMISSION
Offers are due March 18, 2019, no later than 4:00 p.m. Central Time.
Offers shall be submitted in the following way:
Electronically via email to the Contract Specialists [email protected], [email protected] and Contracting Officer [email protected]. Offerors should include "Response to W52P1J-19-T-CRE1" within the Subject line.
QUESTIONS
Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialists and Contracting Officer.
**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 (Deviation 2018-O0018)
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 52.203-6, Restrictions on Subcontractor Sales to the Government
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 52.219-8, Utilization of Small Business Concerns
FAR 52.219-14, Limitations on Subcontracting
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 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Equal Opportunity for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
FAR 52.222-54, Employment Eligibility Verification
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 52.203-3, Gratuities
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 52.219-6, Notice of Total Small Business Set-Aside (Deviation 2019-O0003)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.242-13, Bankruptcy
FAR 52.247-34, FOB Destination
FAR 52.252-6, Authorized Deviations in Clauses
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 Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.213-7000, Notice to Prospective Suppliers on Use of past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism
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 252.243-7002, Requests for Equitable Adjustment
DFARS 252.244-7000, Subcontracts for Commercial items
DFARS 252.247-7023, Transportation of Supplies by Sea
The following clause is provided in full text
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 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. 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 number (256) 450-8840
E-mail: [email protected]
The AMC-level protest procedures are found at:
http://www.amc.army.mil/amc/commandcounsel.html
If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel to obtain the AMC-Level Protest Procedures.