Federal Bid

Last Updated on 10 Jul 2019 at 8 AM
Combined Synopsis/Solicitation
Picatinny arsenal New jersey

DAGR Relocation Modification Kit Threaded Insert Placement

Solicitation ID W15QKN-19-R-06T2
Posted Date 19 Jun 2019 at 11 AM
Archive Date 10 Jul 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
The purpose of amendment 02 is to address a question from a potential contractor. The question is as follows:

Question: Under 3.0 Requirements, 3.2 Option 1 calls for a one time delivery of 138 Units. There is a NOTE: Faster, earlier, and larger deliveries are acceptable and preferred.  There    is not time frame for delivery.

1. Do the 138 units have to be packaged separately? For example on a pallet of their own or can they be delivered as part of a partial delivery for example of 400 units on a pallet in less than 30 days?

Our intent is produce, package and ship the entire order of 2153 Units in 30 -60 days.


Answer: Each part 7599-06 and 7599-04 will have to be individually wrapped to prevent damaging during shipment.

The GFP provided has a minimum monthly rate of two-hundred (200) per month. The GFM will not be available in totality in one delivery. It will not be possible to ship the whole quantity in 30-60 days because the GFM will be delivered at a monthly rate. 

Also, please note that Option 1 is in place just in case the customer decides to exercise it.  Option 1 should be quoted separately from the Base Requirement.  There is no guarantee that Option 1 will be executed.  Also, if exercised, Option 1 Quantity of 138 should be delivered within 10 days after receiving the material.




The purpose of amendment 01 is to address questions from a potential contractor. The questions are as follow:

Question: The only machine work is the drilling, tapping and installation of the thread inserts?

Answer:  

For PN: 7599-06A (2), contractor shall drill, tap and insert the threads inserts PN: MS51830-106 in accordance with MS51835. 

For PN: 7599-04A, the contractor shall insert thread inserts PN: MS51830-107 in accordance with MS1835.

Question: The Plates, Blocks and Thread Inserts will be supplied by the government?

Answer: Yes.




This is a combined synopsis/solicitation for a commercial item 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.
Solicitation No. W15QKN-19-R-06ME 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 - New Jersey (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 fabricated for the production of DAGR Relocation Kits, in accordance with the following Statement of Work (SOW) requirements:
Statement of Work (SOW)
DAGR Relocation Modification Kit Threaded Insert Placement
1.0 Scope
To provide machined and assembled items in support of U.S. Army, Combat Capabilities Development Command (CCDC) Armaments Center.

1.1. Background
The 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 raw material from commercial vendors to supply its input inventory. To maintain compliance to demanding program schedules and production deliveries, qualified vendors of metal and metal alloy materials must be readily available for material acquisition.

2.0 Documents

2.1. Applicable Documents

AR 710-3 Asset Tracking Reporting System
MIL-STD-1916 DoD Preferred Methods for Acceptance of Product
DRAWING: 7599-06A (2) PLATE
DRAWING: 7599-04A BLOCK

3.0 Requirements:

3.1. Base Requirement

3.1.1. The contractor will be provided the following Government Furnished Property (GFP) at a minimum monthly rate of two-hundred (200) units beginning ten (10) business days after contract award:
PN: 7599-06A (2), PLATE
PN: 7599-04A, BLOCK
PN: MS51830-106, INSERT
PN: MS51830-107, INSERT

3.1.2. The contractor shall utilize the above GFP to produce and deliver two (2) DAGR Plates and Blocks per Drawings 7599-06A (2) and 7599-04A within ten (10) business days after receipt of GFP.

3.1.3. Upon receipt of the two units, the Government will verify and validate the two units for conformance/acceptance. The Government will provide acceptance to begin (or not begin) further production within fourteen (14) days of receipt of the two units.

3.1.4. Upon receipt of acceptance, the contractor shall utilize GFP to produce and deliver two-thousand-one-hundred-fifty-three (QTY: 2,153) DAGR Plates per Drawing: 7599-06A (2) and Drawing: 7599-04A at a minimum monthly rate of two-hundred (200) per month.
For PN: 7599-06A (2), contractor shall drill, tap and insert the threads inserts PN: MS51830-106 in accordance with MS51835.
For PN: 7599-04A, the contractor shall insert thread inserts PN: MS51830-107 in accordance with MS1835

NOTE: Faster, earlier, and larger deliveries are acceptable and preferred.

3.2. Option 1

3.2.1. The contractor will be provided the following Government Furnished Property (GFP):
PN: 7599-06A (2), PLATE
PN: 7588-04A, BLOCK
PN: MS51830-106, THREAD INSERT
PN: MS51830-107, THREAD INSERT

3.2.2. The contractor shall utilize GFP to produce and deliver one-hundred-thirty-eight (QTY: 138) DAGR Plates per Drawing: 7599-06A (2) and Drawing: 7599-04A. This will be a one time delivery of all 138 units.
For PN: 7599-06A (2), contractor shall drill, tap and insert the threads inserts PN: MS51830-106 in accordance with MS51835.
For PN: 7599-04A, the contractor shall insert thread inserts PN: MS51830-107 in accordance with MS1835

NOTE: Faster, earlier, and larger deliveries are acceptable and preferred.

3.3. General Requirements:
The contractor shall provide Certificate of Compliance and Material Certificates from the DI-MISC-81356A, Certificate of Compliance (A001) with each delivery.

3.4. Accident/Incident Report
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 (A002).

3.5. Classification:
The classification of this effort is UNCLASSIFIED

3.6. Place of Performance:
Contractor Facility

3.7 Quality Management System (QSM)
The Contractor, and Subcontractor(s) with production responsibility, shall maintain a Quality Management System (QMS) in accordance with ISO 9001 or equivalent system and the supplemental requirements contained herein. If the Contractor desires to utilize an alternate quality management system, a request shall be submitted to the Contracting Officer for approval.

4.0 Government Furnished Property

Government furnished property (GFP) 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. The GFP provided is outlined in Attachment 0001 - DAGR Kit GFP included with this posting.

5.0 Security Requirements

5.1. 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.

5.2. 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.

5.3. 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.

5.4. 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, 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. CCDC Armaments Center OPSEC POC email: [email protected]."

5.5. 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.

5.6. 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 CCDC Armaments Center OPSEC training from CCDC Armaments Center OPSEC POC e-mail: [email protected].

6.0 Shipping Provisions

All deliverables under this proposal will be shipped Freight On Board (FOB) Destination to the POC at the following address:

TBD
Manufacturing Technology Operations Branch US Army (FCDO-ACM-AM) Bldg 3150, Gately Road.
Picatinny Arsenal, Dover. NJ 07801

7.0 Technical POC:

TBD


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, 52.217-5, 52.217-7, 52.217-9, 52.233-3, 52.233-4, 52.245-1, 52.246-2 and 52.247-34. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.204-10, 52.209-6, 52.219-1, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3, 52.225-4, 52.225-13, 52.232-33, 52.233-1, 52.233-3, 52.233-4 and DFARS: 252.203-7002, 252.204-7002, 252.204-7003, 252.216-7000, 252.216-7007, 252.225-7048, and 252.232-7010. 252.203-7000, 252.203-7005, 252.232-7003.

 

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS MAY/2013

(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.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by 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.acquisition.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 must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

Invoice and Receiving Report Combo

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

W15BW9

(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 and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. 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.

George Pitigoiu
[email protected]


(6) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

The following local information also applies:

1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). "Fill-ins" are provided on Standard Form SF33, 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 NAICS code is: 332313.

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

6. Point of Contact for Information:
Name: Jonathan M. 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.


Packaging and Marking

Commercial packaging requirement shall apply to this procurement.
2D Bar Codes Not Required
1. Nomenclature of item(s) being procured.

DAGR Relocation Kit Threaded Insert Placement

2. Number of items being procured and the delivery schedule.

See Statement of Work.

3. Destination of delivered items. (If more than one destination, list all)

US Army ARDEC
TBD
3150 Gately Road
Picatinny Arsenal, NJ 07806

4. Estimated weight of the item in its shipping container (place an "X" in the appropriate box):

Greater than 200 pounds but less than 2500 pounds
5. Identify security classification of the material to be shipped.

Unclassified

6. Identify the DOT container marking (Proper Shipping Name and UN Number) and the hazard classification (for explosives only) or check the appropriate block. When available, attach the
Hazardous Component Safety Data Sheet or Material Safety Data Sheet showing the proper shipping name and UN Number.

Non Hazardous (No DOT Marking Required)

7. Enter the appropriate Transportation Security Category for Arms, Ammunition or Explosives
(AA&E) as categorized in DoD 5100.76-M:

Item is not AA&E

8. Government Furnished Property (GFP):

GFP 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.

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
The Government's acceptance of FATR (if required) will be at: N/A

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 address:
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 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
ACC-NJ-JA, Jonathan Kilgore
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 Contract 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. For Part Number 7599-06A (2), the contractor shall drill, tap and insert the threads inserts PN: MS51830-106 in accordance with MS51835.
b. For Part Number 7599-04A, the contractor shall insert thread inserts PN: MS51830-107 in accordance with MS1835.
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 Contract.
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: Jonathan Kilgore; [email protected]. Proposals must be received No Later Than 25 June 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 07 Mar 2019 at 2 PM
Quantico Virginia 25 Apr 2006 at 4 AM
Location Unknown 12 Dec 2022 at 5 AM
Tobyhanna Pennsylvania 11 Jul 2017 at 7 PM
Location Unknown 10 Feb 2025 at 5 AM

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)