Federal Bid

Last Updated on 04 Apr 2019 at 8 AM
Combined Synopsis/Solicitation
Picatinny arsenal New jersey

DAGR Relocation Kit Welding

Solicitation ID W15QKN-19-R-05ID
Posted Date 06 Mar 2019 at 6 PM
Archive Date 04 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 and a written solicitation will not be issued. Solicitation No. W15QKN-19-R-05ID 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 332313 with a small business size standard of 750 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 the supply of aluminum parts fabrication, in accordance with the following Statement of Work (SOW) requirements:
1. Background: The Combat Capabilities Development Command - Armaments Center (CCDC-AC) of the U.S. Army located at Picatinny Arsenal, NJ, develops processes for manufacturing and producing hardware for weapon systems and platforms. In order to continue the mission CCDC-AC requires completion of work in progress materials to be formed into end-item usable parts for vehicle hardware kits. To maintain compliance to demanding program schedules and production deliveries, qualified fabrication and manufacturing firms must be readily available for materiel acquisition.

Scope: To provide completion of metal hardware and parts in support of U.S. Army, CCDC-AC.

2. Requirements:

2.1 The contractor shall accept government furnished property (GFP), and configure, assemble, and combine provided GFP into final shape and form in order to produce the "Tray Support" in accordance with (IAW) Drawing Number 13072154, and deliver:

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

OPTION 1: One Hundred Thirty Eight (QTY: 138) TRAY SUPPORT IAW Drawing 13072154

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

2.3 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.

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

2.5 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, CDRL A008.

3. Applicable Documents and Drawings:

AR 710-3 Asset Tracking Reporting System
MIL-STD-1916 DoD Preferred Methods for Acceptance of Product
MIL-STD-3057 Arc Welding Of Armor Grade Aluminum
Dwg Number: 12472301 Ground Combat Vehicle Welding Code - Aluminum
Dwg Number: 13072154 Tray, Support

AR 710-3 is available online at https://armypubs.army.mil/epubs/DR_pubs/DR_a/pdf/web/r710-3_Web_FINAL.pdf
MIL-STD-1916 is available online at https://variation.com/wp-content/uploads/standards/mil-std-1916.pdf
4. General Information

4.1 Classification: The classification of this effort is UNCLASSIFIED

4.2 Place of Performance: Contractor Facility

4.3 Period of Performance (POP): The base period of performance under the resultant order shall be twelve (12) months initiating from effective date of contract award.

OPTION 1 POP shall be twelve (12) months initiating from effective date of OPTION 1 award or twelve (12) months subsequent of the base period of performance, whichever is later.

Delivery Schedule:
Base Requirement:
The initial shipment of GFP listed in Section 5.1 of this SOW will be two-hundred-fifty (QTY: 250) EA beginning no later than 30 days after contract award. The contractor shall deliver a minimum of one-hundred-fifty (QTY: 150) kits per month within 30 calendar days or sooner after receipt of GFP.

OPTION 1 Requirement:
The OPTION 1 shipment of GFP listed in Section 5.1 of this SOW will be One Hundred Thirty Eight (QTY: 138)) EA beginning no later than 30 days after OPTION 1 award. The contractor shall deliver the full quantity within 30 calendar days or sooner after receipt of GFP.
4.4 Shipping Provisions

All deliverables under this contract will be shipped FOB Destination to the following Point of Contact (POC):
Khalid Ahmed
US Army ARDEC
3150 Gately Road
Picatinny Arsenal, NJ 07806
5. Government Furnished Property

5.1 Government furnished material/property shall be used only in conjunction with this contract and shall either be incorporated into deliverables or returned at completion of the relevant phase of this contract.
Tray, Support, Plate 1 (Dwg Number: 13072154)
Tray, Support, Plate 2 (Dwg Number: 13072154)
Tray, Support, Plate 3 (Dwg Number: 13072154)
Tray, Support, Plate 4 (Dwg Number: 13072154)

5.2 The following data items will be used to request, report receipt/status, inventory and shipment of Government Furnished Property:
DI-MISC-81356A, Certificate of Compliance (A001)
DI-MISC-80678, Certification/Data Report (A002)
DI-MGMT-80408B, Request for Government Furnished Material (A003)
DI-MGMT-80389B, Receipt of Government Furnished Material Report (A004)
DI-MGMT-80438B, GFM Consumption Report, (A005)
DI-QCIC-80736, Quality Deficiency Report, (A006)
DI-MGMT-80442, Report of Receipts, Inventory, Adjustments, & Shipments of Government Property (A007).

6. Security Requirements

6.1 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.

6.2 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.

6.3 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, 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] .

6.4 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. The Contracting Officer Representative (COR) or Agreements Officer Representative (AOR) can request ARDEC OPSEC training from ARDEC OPSEC POC e-mail: [email protected].

6.5 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.

6.6 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.

7. Contracting Officers Representative (COR):
Johnny Figueroa
US Army ARDEC
B355
Picatinny Arsenal, NJ 07806
[email protected]
973-724-5276
Alternate Contracting Officers Representative (ACOR):
William Truran
US Army ARDEC
B355
Picatinny Arsenal, NJ 07806
[email protected]
973-724-2931


The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: FAR: 52.204-7, 52.204-13, 52.204-16, 52.204-18, 52.212-1 & 52.212-2 (addenda below), 52.212-3, 52.212-4, 52.212-5; 52.217-5, 52.217-7, 52.217-9, 52.233-3, 52.233-4, 52.246-2 and 52.247-34. 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, 52.222-19, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-40, 52.222-50, 52.223-18,; 52.232-33, 52.233-1, 52.233-3, 52.233-4 and DFARS: 252.203-7002, 252.204-7002, 252.216-7000, 252.216-7007, 252.225-7048, and 252.232-7010. 252.203-7000, 252.203-7005; 252.225-7036, 252.232-7003.

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
(a) Definitions. As used in this clause-
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
"Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense
Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic
Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-
(1) Have a designated electronic business point of contact in the System for
Award Management at https://www.sam.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following document type(s):
Invoice and Receiving Report Combo
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC HQ0490
Issue By DoDAAC W15QKN
Admin DoDAAC** W15QKN
Inspect By DoDAAC W15BW9
Ship To Code W15BW9
(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.
(g) WAWF email notifications.
(1) The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
Johnny Figueroa-Mercado
[email protected]
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

The following local information also applies:
GENERAL INFORMATION TO OFFERORS OR QUOTERS
1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). "Fill-ins" are provided on Standard Form (insert form numbers), and other solicitation documents. 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: 332313
5. Issuing Office
U.S. Army Contracting Command - New Jersey
ATTN: Jonathan Kilgore
Office Symbol: ACC-NJ-JA
Picatinny Arsenal, NJ 07806-5000
Email: [email protected]

6. Point of Contact for Information:
Name: Jonathan Kilgore
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.
Technical Data Package
The Technical Data Package (TDP) includes technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., SEC 2751, ET SEQ.) or the Export Administration Act of 1979 (Title 50, U.S.C., App. 2401 ET SEQ.), as amended, and is also limited to Distribution Statement D: Distribution Authorized to the Department of Defense and U.S. DoD Contractors Only. Requests for TDP shall be submitted in writing using Attachment 0001 - AMSTA-AR Form 1350 Technical Data Request Questionnaire. The interested offeror shall also provide a copy of its Attachment 0002 - DD Form 2345 Military Critical Technical Data Agreement, certified current by the U.S. and Canada Joint Certification Office (JCO). In addition, the requester must submit a fully executed Attachment 0003 - Non Disclosure Agreement. The Attachment 0001 - AMSTA-AR Form 1350 Technical Data Request Questionnaire, Attachment 0002 - DD Form 2345 Military Critical Technical Data Agreement, and Attachment 0003 - Non Disclosure Agreement have been attached to this solicitation. Upon receipt of all required TDP request forms, the Government will provide the offerors with specific instructions on how to obtain the TDP.

Packing and Marking Requirements
Commercial packaging requirement shall apply to this procurement (see below).
2D Bar Codes Not Required.
Estimated weight of the item in its shipping container is greater than 200 pounds but less than 2500 pounds
The security classification of the material to be shipped is Unclassified.
The item being shipped is Non Hazardous and is not Arms, Ammunition or Explosives.
Government Furnished Property will be provided.

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. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance. The weight capacity of the pallet must be adequate for the load. The preferred commercial expendable pallet is a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized. The load shall be contained in a manner that will permit safe handling during shipment and storage.
6. Marking
All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in accordance with MIL-STD-129, Revision R, Date 18 February 2014 including bar coding. The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel. NOTE: Passive RFID tagging is required in all contracts that contain DFARS clause 252.211-7006. Contractors must check the solicitation and/or contract for this clause. For details and most recent information, see http://www.acq.osd.mil/log/rfid/index.htm for the current DoD Suppliers' Passive RFID Information Guide and Supplier Implementation Plan. If the item has Unique Item Identifier (UII) markings then the UII needs to be 2D bar coded and applied on the unit package, intermediate and exterior containers, and the unit load.
7. Hazardous Materials
7.1 A hazardous material is defined as a substance which has been determined by the Department of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Title 49 CFR and other applicable modal regulations effective at the time of shipment.) Ammunition and explosives (Hazard Class 1) are special cases and must be properly hazard classified and registered with the competent authority of the United States (Department of Transportation).
7.2 Packaging and marking for hazardous material shall comply with the requirements for the mode of transport and the applicable performance packaging contained in the following documents:
a. International Air Transport: International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air
b. International Vessel Transport: International Maritime Dangerous Goods Code (IMDG)
c. Domestic Transport: Code of Federal Regulations (CFR) Title 49
d. Military Air Transport: Joint Service Regulation AFMAN24-204/TM38-250/NAVSUP PUB 505/MCO P4030.19/DLAM 4145.3.
7.3 If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the regulations of the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers.
7.4 A Product Material Safety Data Sheets (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside a waterproof sealed pouch attached to the outside of the package.
8. Wood Packaging Materials - Heat Treatment and Marking of Wood Packaging Materials: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 continuous minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved DUNNAGE stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry.
9. 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.

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.

USE AND RENTAL OF GOVERNMENT PROPERTY

(a) For competitive and non-competitive acquisitions, as defined in FAR 52.245-1(f)(1)(i)-(x), the offeror/contractor shall submit with their offer/proposal a Property Management Plan which describes how the offeror plans to manage any Government Property that may currently be in their possession and/or may be provided to them under this resultant contract based on the areas of Acquisition of Property; Receipt of Government Property; Records of Government Property; Physical Inventory; Subcontractor Control; Reports; Relief of Stewardship Responsibility and Liability; Utilizing Government Property; Maintenance; and Property Closeout. This includes any customary commercial practices, voluntary consensus standards, or industry leading practices and standards that the offeror may use.
(b) For competitive acquisitions, pursuant to FAR 45.201(b), the contractor is responsible for all costs related to making the Government property available for use, such as payment of all transportation, installation or rehabilitation costs.
(c) For competitive acquisitions, in accordance with FAR 45.202(a), the Government shall consider any potentially unfair competitive advantage that may result from an offeror using Government property. To eliminate the competitive advantage, a rental equivalent evaluation factor shall be added to each offer which is predicated on the use of Government property which the offeror or its subcontractors has in their possession. Pursuant to FAR 45.201(c), such offerors, including prospective subcontractors, are required to submit the following with their offer:
(1) A list including a description of all Government property that the prime contractor and/or its subcontractors propose to use on a rent-free basis. The list shall identify the accountable contract under which the property is held and the authorization for its use (from the contracting officer having cognizance of the property);
(2) The dates during which the property will be available for use including the first, last, and all intervening months) and, for any property that will be used concurrently in performing two or more contracts, the amounts of the respective uses in sufficient detail to support prorating the rent;
(3) The amount of rent that would otherwise be charged in accordance with FAR 52.245-9, Use and Charges.
(4) A description of the offeror's property management system.
(5) The per unit rental value including calculations and rationale for Government property for each priced CLIN, and all quantity ranges when applicable, in accordance with FAR clause 52.245-9 for rental adjustment purposes. Show calculations for each per unit rental charge.

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

52.212-1 Addenda - Proposal Submission

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 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 proposal (RFP). 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
Jonathan Kilgore, ACC-NJ-JA
Picatinny Arsenal, NJ 07806-5000
Email: [email protected]

52.212-2 Addenda:
1.0 Basis for Award

The Government's selection for the Contract awardee will be made on the basis of the lowest priced quote meeting or exceeding the acceptability standards for the non-cost factors in accordance with FAR 15.101-2, 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 Contract without discussions with the offerors (except clarifications as described in FAR 15.306). 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 following military standards and/or industry standard for fabricating the following material utilizing the government furnished material specified in the Statement of Work:

a. TRAY SUPPORT IAW Drawing 13072154, MIL-STD-3057

ii. The Contractor shall deliver materials within the delivery schedule specified on Statement of Work.
iii. The 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. However, in the event that only one offer is received, the Government reserves the right to perform a cost analysis IAW FAR 15.404-1(c). Offers under $200,000.00 require cost or pricing data, but such cost or pricing data is not required to be certified by the offeror. Cost or Pricing Data or Other than certified cost or pricing data shall be provided upon request IAW FAR 15.403. This information will be evaluated for magnitude and reasonableness and may be adjusted from a technical and cost perspective using cost analysis to determine the most probable cost to the Government. Offerors shall utilize a Microsoft Excel file format with formulas intact when submitting their Price/Cost quote (FAR 15.403-5(b)(1)).
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 for this Contract. 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 Item; OR indicate that your company's representation's and certifications are current and available via sam.gov

Proposals must be received No Later Than 20 March 2019. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of proposals is the responsibility of the offeror.

 

 

Bid Protests Not Available

Similar Past Bids

Picatinny arsenal New jersey 19 Jun 2019 at 11 AM
Picatinny arsenal New jersey 07 Mar 2019 at 2 PM
Picatinny arsenal New jersey 20 Oct 2022 at 2 PM
Picatinny arsenal New jersey 19 Nov 2019 at 9 PM
Picatinny arsenal New jersey 28 Dec 2018 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)