Federal Bid

Last Updated on 20 Apr 2019 at 8 AM
Combined Synopsis/Solicitation
Picatinny arsenal New jersey

DAGR Finishing

Solicitation ID W15QKN19Q0033
Posted Date 07 Mar 2019 at 2 PM
Archive Date 20 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Picatinny arsenal New jersey United states
This is a combined synopsis/solicitation for a commercial item 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. Proposals are being requested; a written solicitation will not be issued.
Solicitation No. W15QKN-19-Q-0033 is issued as a request for proposal (RFP) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-61. This requirement has been set-aside for small businesses under NAICS code 332812 with a small business size standard of 500 employees.
The U.S. Army Contracting Command (ACC-NJ), Picatinny Arsenal, NJ intends to award one (1) firm-fixed-price (FFP) purchase order, on a competitive basis, for metal painting and marking for the production of DAGR Relocation Kits, in accordance with the following Statement of Work (SOW) requirements:

1. Background: The Combat Capabilities Development Command (CCDC) Armaments Center of the U.S. Army (formerly ARDEC) located at Picatinny Arsenal, NJ, develops processes for manufacturing and producing hardware for weapon systems and platforms. In order to continue the mission, CCDC Armaments Center requires finishing treatments and part marking onto metal hardware and parts from commercial vendors. To maintain compliance to demanding program schedules and production deliveries, qualified vendors of finishing treatments and marking must be readily available for material acquisition.

2. Scope: To provide finishing treatments and part marking onto metal hardware and parts in support of U.S. Army, ARDEC.

3. Applicable Drawings/Documents:

AR 710-3 Asset Tracking Reporting System
MIL-STD-1916 DoD Preferred Methods for Acceptance of Product
Dwg. No. 13061620 Plate, KGV-72, DAGR
Dwg. No. 13061626 Plate, Adaptor
Dwg. No. 13072154 Tray, Support
19207-12350824 Paint System Chemical Agent Resistive Coating
MIL-STD-130 DoD Identification Marking of U.S. Military Property
SPEC A-A-00208 Ink, Marking, Stencil, Opaque (Porous and Non-Porous Surfaces)
MIL-DTL-5541 Chemical Conversion Coatings on Aluminum and Aluminum Alloys

4. Requirements:

4.1 The contractor shall inspect and accept government furnished property (GFP), apply finishing treatments, part mark, and deliver the following:

BASE: Two-thousand-one-hundred-thirty-six (QTY: 2,136) PLATE KGV-72 DAGR in accordance with (IAW) Drawing 13061620 Note 4 through Note 6

BASE: Two-thousand-one-hundred-thirty-six (QTY: 2,136) ADAPTER PLATE IAW Drawing 13061626 Note 4 through Note 7

BASE: Two-thousand-one-hundred-thirty-six (QTY: 2,136) TRAY SUPPORT IAW Drawing 13072154 Note 9 through Note 11

OPTION:
One-hundred-thirty-eight (QTY: 138) PLATE KGV-72 DAGR in accordance with (IAW) Drawing 13061620 Note 4 through Note 6
One-hundred-thirty-eight (QTY: 138) ADAPTER PLATE IAW Drawing 13061626 Note 4 through Note 7
One-hundred-thirty-eight (QTY: 138) TRAY SUPPORT IAW Drawing 13072154 Note 9 through Note 11

4.2 The contractor shall perform quality control and quality assurance (QA/QC) processes on the final delivered to ensure compliance with applicable drawings

4.3 All designs supplied by the government under this Purchase Order or derived from these designs shall remain sensitive between the government, the contractor, and approved sub-contractors, unless written approval from the government for drawings supplied by the government explicitly states otherwise.

4.4 The contractor shall provide Certificate of Compliance and Material Certificates DI-MISC-81356A, Certificate of Compliance. Reference Contracts Data Requirements List (CDRL) A001.

4.5 The contractor shall immediately report any major accident or incident (including fire) resulting in one or more of the following: causing one or more fatalities; or one or more disabling injuries; damage to Government property exceeding $10,000; affecting program planning or production schedules; degrading the safety of equipment under contract such that personal injury or property damage may be involved; identifying a potential hazard requiring corrective action. The contractor shall prepare an Accident/Incident Report for each incident in accordance with DI-SAFT-81563, Accident/ Incident Report. Reference CDRL A002.

5. General Information
5.1 Classification: The classification of this effort is UNCLASSIFIED
5.2 Place of Performance: Contractor Facility

4.3 Delivery Schedule:
4.3.1 Base Requirement:
The government intends on shipping the Government Furnished Property (GFP) listed in Section 4.1 of this SOW, a minimum of two-hundred (QTY: 200) of each item per month initiating no later than 30 days after contract award.

The contractor shall apply finishing and coating processes onto government furnished material, as specified, within fifteen (15) business days or sooner of accepting GFP.


4.3.2 OPTION 1 Requirement:

The government intends on shipping the Government Furnished Property (GFP) listed in Section 5.1 of this SOW of one-hundred-thirty-eight (QTY: 138) of each item initiating no later than 30 days after OPTION 1 award.

The contractor shall apply finishing and coating processes onto government furnished material, as specified, within fifteen (15) business days or sooner of accepting GFP.

4.4 Security Requirements:

4.4.1 Information Management Army Information Technology /IA: The Contractor shall be capable of accessing, handling, receiving, and storing UNCLASSIFIED documents, equipment, hardware, and test items, using the applicable standards of FOUO information. Controlled Unclassified Information (documents designated as FOR OFFICIAL USE ONLY and/or LIMITED DISTRIBUTION) shall be submitted by a controlled means using USPS mail, Safe Access File Exchange (SAFE) website and/ or DoD Army approved encryption software as per AR 25-1.

4.4.2 Export Control Laws/International Traffic in Arms Regulation: DFARS Clause 252.225-7048, Export-Controlled Items applies to this effort. All documents determined to contain export controlled technical data will be marked with the following notice: WARNING: - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., App. 2401 et seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25.

4.4.3 For Official Use Only Information (FOUO) and Controlled Unclassified Information (CUI): Contract personnel shall be capable of accessing, handling, receiving, and storing UNCLASSIFIED documents, equipment, hardware, and test items, using the applicable standards of FOUO and CUI. DFARS Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting applies to this effort.

4.4.4 For Contracts That Require Development of an OPSEC Standing Operating Procedure/Plan: The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan, in accordance with DI-MGMT-80934C (CDRL A005), within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer, per AR 530-1,
Operations Security. This SOP/Plan will specify the project's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who will be an OPSEC Coordinator. The contractor will ensure that this individual becomes OPSEC Level II certified per AR 530-1. ARDEC OPSEC POC email: [email protected].

4.4.5 For Contracts That Require OPSEC Training: Per AR 530-1 (or DoDM 5205.02-M), new contractor employees, including subcontractor employees, must complete initial (Level I) OPSEC training within 30 calendar days of reporting for duty and must also complete annual OPSEC awareness training as provided by the appropriately designated OPSEC level II trained OPSEC Officer/Coordinator. Certificates of completion should be submitted in accordance with CDRL A006. The Contracting Officer Representative (COR) or Agreements Officer Representative (AOR) can request ARDEC OPSEC training from ARDEC OPSEC POC e-mail: [email protected].

4.4.6 For Contracts that Involve the Public Release of Information: Per AR 530-1 (or DoDM 5205.02-M), an OPSEC review is required prior to all public releases. All government information intended for public release by a contractor will undergo a government OPSEC review prior to release.

4.5 Shipping Provisions

Delivery shall be sent to the following POC:
All completed parts under this proposal will be shipped FOB Destination to the POC at the following address:
US Army ARDEC
3150 Gately Road
Picatinny Arsenal, NJ 07806

5. Government Furnished Property:

5.1 Government furnished property shall be used only in conjunction with this contract and shall either be returned at completion of the relevant phase of this contract.

Plate, KGV-72, DAGR, (Dwg Number: 13061620)
Plate, Adaptor, (Dwg Number: 13061626)
Tray, Support, (Dwg Number: 13072154)

5.2 Government Furnished Material Requesting/Reporting
The following data items will be used to request, report receipt/status, inventory and shipment of Government Furnished Material/property:
DI-MGMT-80442, Report of Receipts, Inventory, Adjustments, & Shipments of Government Property, Reference CDRL A003
DI-MGMT-80389B, Receipt of Government Furnished Material Report, Reference CDRL A004.

Limited Distribution Data

The highest Distribution Level for this solicitation/contract is: Distribution Statement D. Drawings contain the following distribution statement or lower:

Distribution Statement D: Distribution authorized to the Department of Defense and U.S. DoD contractors only to protect technical data that addresses current technology in areas of significant military applications on 23 July 2010. Other requests for this document shall be referred to U.S. Army Armament Research, Development and Engineering Center (ARDEC), Picatinny Arsenal, New Jersey 07806-5000.

To obtain a copy of the drawings: Interested parties to this solicitation shall email a signed and approved copy of their Joint Certification Program "Military Critical Technologies Data Agreement (DD Form 2345)", "Technical Data Questionnaire (AMSTA-AR
Form 1350)", and a completed and signed copy of "Non-Disclosure and Non-Use Agreement" (See Section J Attachments) to:

Pamela E. Jennings, Contract Specialist: [email protected]

Offerors are hereby notified that a failure to complete the certification process and documents in a timely manner will not serve as a valid basis to extend the proposal submission date.

The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: FAR: 52.204-7, 52.204-13, 52.204-18, 52.212-1 & 52.212-2 (addenda below), 52.212-3, 52.212-4, 52.212-5; 52.233-3, 52.233-4, 52.246-2, 52.246-4, 52.247-34 and 52.217-5,52.217-7. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.219-1, 52.219-6, 52.219-28, 52.222-3, 52.222-4, 52.222-19, 52.222-21, 52.222-22, 52.222-23, 52.222-24, 52.222-25, 52.222-26, 52.222-27,52,222-35,52,222-36,52.222-37 52.222-40, 52.222-50, 52.223-18, 52.225-13; 52.232-33, 52.233-1, 52.233-3 and DFARS: 252.203-7002, 252.204-7002, 252.216-7000, 252.216-7007, 252.232-7006 and 252.232-7010. 252.203-7000, 252.203-7005; 252.225-7036, 252.232-7003.

The following local information also applies:

1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). Responses shall include the contractor's Cage Code and DUNS number. Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001.

2. Responses must be plainly marked with the Solicitation Number and the date and local time set forth for bid opening or receipt of proposals in the solicitation document.

3. Information regarding the timeliness of response is addressed in the provision of the solicitation entitled either "Late Submission, Modification and Withdrawal of Bid" or "Instructions to Offerors - Competitive Acquisitions".

4. Procurement Information:

This Procurement is 100% set-aside for Small Business.
The applicable SIC/NAICS code is: 332812

5. Issuing Office
U.S. Army Contracting Command - New Jersey
ATTN: Pamela Jennings
Office Symbol: ACC-NJ-JA
Picatinny Arsenal, NJ 07806-5000
Email: [email protected]

6. Point of Contact for Information:
Name: Pamela Jennings
Title: Contract Specialist
Email: [email protected]

DISCLOSURE OF UNIT PRICE INFORMATION

This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals.

Packaging and Marking
Commercial Packaging shall apply to this procurement
2D Bar Codes are not required.
The estimated weight of the item in its shipping container is greater than 200 pounds but less than 2,500 pounds.
The Security Classification of the material to be shipped is Unclassified.
The item being shipped is not hazardous and not Arms, Ammunition or Explosives.
Government Furnished Equipment will be provided for this contract.
Items will be shipped to:
US ARMY RDECOM-ARDEC
Bldg 3150 , Machine Shop
Picatinny Arsenal, NJ 07806-5000


COMMERCIAL PACKAGING REQUIREMENTS

1. Packaging - Preservation, packaging, packing, unitization and marking furnished by the supplier shall provide protection for a minimum of one year, provide for multiple handling, redistribution and shipment by any mode and meet or exceed the following requirements.

1.1 Cleanliness - Items shall be free of dirt and other contaminants which would contribute to the deterioration of the item or which would require cleaning by the customer prior to use. Coatings and preservatives applied to the item for protection are not considered contaminants.

1.2 Preservation - Items susceptible to corrosion or deterioration shall be provided protection such as preservative coatings, volatile corrosion inhibitors, desiccants, water-proof and/or water-vapor-proof barriers.

1.3 Cushioning - Items requiring protection from physical and mechanical damage (e.g. fragile, sensitive, critical material) or which could cause physical damage to other items, shall be protected by wrapping, cushioning, pack compartmentalization, or other means to mitigate shock and vibration and prevent damage during handling and shipment.

2. Unit package

2.1 Unit Package - A unit package shall be so designed and constructed that it will contain the contents with no damage to the item(s), and with minimal damage to the unit pack during shipment and storage in the shipping container, and will allow subsequent handling. The outermost component of the unit package shall be a container such as a sealed bag, carton or box.

2.2 Unit Package Quantity - Unless otherwise specified, the unit package quantity shall be one each part, set, assembly, kit, etc.

3. Intermediate Package

3.1 Intermediate Packaging - The use of intermediate packaging is required whenever one or more of the following conditions exist:

a. The quantity is over one (1) gross of the same national stock number.

b. Use enhances handling and inventorying.

c. The exterior surface of the unit pack is a barrier bag.

d. The unit pack is less than 64 cubic inches.

e. The weight of the unit pack is less than five (5) pounds and no dimension is over twelve (12) inches.

Intermediate container shall be limited to a maximum of 100 unit packs, a net load of 40 pounds, or a maximum volume of 1.5 cubic feet, whichever occurs first.

4. Packing

4.1 Unit packages and intermediate packages not meeting the requirements for a shipping container shall be packed in shipping containers. All shipping containers shall be the most cost effective and shall be of the minimum cube to contain and protect the items.

4.2 Shipping Containers - The shipping container (including any necessary blocking, bracing, cushioning, or waterproofing) shall comply with the regulations of the carrier used and shall provide safe delivery to the destination at the lowest tariff cost. The shipping container shall be capable of multiple handling, stacking at least ten feet high, and storage under favorable conditions (such as enclosed facilities) for a minimum of one year.

5. Quality Assurance -The contractor is responsible for establishing a quality system. Full consideration to examinations, inspections, and tests will be given to ensure the acceptability of the commercial package.


GOVERNMENT PROCUREMENT QA ACTIONS: INSPECTION

Government Procurement Quality Assurance (PQA) actions will be accomplished by the Government Quality Assurance Representative (QAR) at: Destination


GOVERNMENT PROCUREMENT QA ACTIONS: ACCEPTANCE

Acceptance of supplies will be at: Destination

HQ 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 the 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. The AMC protest decision goal is to resolve protests within 20 working days from filing. 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: (256) 450-8840
Email: [email protected]

The AMC-level protest procedures are found at:
Web Address: http://www.amc.army.mil/amc/commandcounsel.html
If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.


This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

FAR - http://farsite.hill.af.mil/vffara.htm
52.212-1 Addenda - Proposal SUBMISSION
This section contains proposal submission instructions as well as specific proposal requirements for the solicitation.
The offeror's proposal shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a proposal in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in proposals. The burden of proving acceptability remains with the offerors.
General: The proposal shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for quote (RFQ). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the proposal.
All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted.

US Army Contracting Command-New Jersey
ACC-NJ-JA, Pamela Jennings
Picatinny Arsenal, NJ 07806-5000
E- mail: [email protected]

52.212-2 Addenda:

1.0 Basis for Award
The Government's selection for the awardee will be made on the basis of the lowest priced
quote meeting the acceptability standards for the non-cost factors in accordance with a
lowest price technically acceptable source selection process. The contract will be awarded
to the offeror who is deemed responsible by the Contracting Officer, in accordance with
the General Standards for contractor responsibility at FAR 9.104-1, and whose proposal
conforms to all of the solicitation's requirements (including stated terms, conditions,
representations, certifications, and all other information) and is assessed, based on the
evaluation factors below, to represent the lowest price technically acceptable.

2.0 Evaluation Factors & Evaluation Approach

All proposals will be evaluated in a fair and consistent manner. All proposals will be
subject to evaluation by a team of Government personnel. The offeror whose proposal is
determined to provide the lowest priced proposal that meets the acceptability standards
for non-cost factors will be awarded the contract.

The Government may reject any proposal that is evaluated to be unrealistic in terms of
program commitments, including contract terms and conditions, or unrealistically high or
low priced when compared to Government estimates, such that the proposal is deemed to
reflect an inherent lack of competence or failure to comprehend the complexity and risks
of the program.

The Government reserves the right to award based on initial proposals. The Government
intends to evaluate proposals and award the Call Order without discussions with the
offerors. However, the Government reserves the right to conduct discussions and request
proposal revisions if it is determined to be in the best interest of the Government


Factor 1 - Technical

The proposals will be evaluated based on the criteria established in this solicitation as
follows.

In order to achieve an Acceptable rating in the Technical factor, the offeror's proposal
must clearly meet the following minimum requirements:

a. Technical Approach: The offeror's proposal shall demonstrate a thorough
understanding of the requirements as defined in the Statement of Work to include:

i. The contractor shall meet the military standards and/or industry standard for
the listed materials:

a. PLATE KGV-72 DAGR in accordance with (IAW) Drawing 13061620
Note 4 through Note 6
b. ADAPTER PLATE IAW Drawing 13061626 Note 4 through Note 7
c. TRAY SUPPORT IAW Drawing 13072154 Note 9 through Note 11

ii. The Contractor shall deliver materials within the delivery schedule specified on Statement of Work

iii. Contractor shall submit a capability statement along with their quote.

Proposals will be evaluated to determine an offeror's Understanding of the
Requirements and Feasibility of Approach.

(1) Understanding the Requirements - The proposal will be evaluated to
determine the extent to which it demonstrates a clear and complete understanding
of all requirements involved including capabilities, knowledge and expertise in
the requested services and meeting the requirements presented by the SOW.

(2) Feasibility of Approach - The proposal will be evaluated to determine
whether the offeror's methods and approach to meeting the SOW requirements
provide the Government with a high level of confidence of successful completion
within the required schedule.

ADJECTIVAL RATING DEFINITION
ACCEPTABLE Proposal clearly meets the minimum requirements of the
solicitation
UNACCEPTABLE Proposal does not clearly meet the minimum requirements of
the solicitation

 

Factor 2 - Price

1. The Total Evaluated Price will be determined by summing the price proposed on each
Line Item. This Total Evaluated Price will then be evaluated for reasonableness in
accordance with price analysis techniques at FAR 15.404-1(b). Price will not be scored.

2. An offeror must propose on all Line Items to be considered for award

3. Adequate competition is anticipated for this Order.

4. Price/Cost Inconsistencies: A proposal is presumed to represent an offeror's best effort
to respond to the solicitation. Each initial proposal should contain the offeror's best terms for award. Any inconsistencies in performance or price should be explained in the
proposal. Any significant inconsistencies, if unexplained, raise a fundamental issue of the
offeror's understanding of the nature and scope of work required and its financial ability
to perform the contract, and may be grounds for rejection of the proposal


Please complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Sam.gov. Point of Contact: Pamela Jennings; [email protected]. Proposals must be received No Later Than April 5 2019. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of proposal is the responsibility of the offeror.

 

Bid Protests Not Available

Similar Past Bids

Picatinny arsenal New jersey 28 Dec 2018 at 2 PM
Picatinny arsenal New jersey 19 Nov 2019 at 9 PM
Picatinny arsenal New jersey 19 Jun 2019 at 11 AM
Picatinny arsenal New jersey 06 Mar 2019 at 6 PM
Picatinny arsenal New jersey 20 Oct 2022 at 2 PM

Similar Opportunities

Aberdeen Maryland 24 Nov 2026 at 5 AM (estimated)
Aberdeen Maryland 24 Nov 2026 at 5 AM (estimated)
Aberdeen Maryland 24 Nov 2026 at 5 AM (estimated)
Aberdeen Maryland 24 Nov 2026 at 5 AM (estimated)
Aberdeen Maryland 24 Nov 2026 at 5 AM (estimated)