1. Background:
The Armament Research, Development and Engineering Center (ARDEC) research and development organizations require a wide range of manufacturing processes. To continue support of our joint warfighters and to maintain schedules, it is vital that we utilize our local industry partners for certain efforts. Current in-house capabilities are not well suited for this work due to the specialty equipment, training, permits and disposal requirements of painting and organic coatings.
2. Scope:
This task shall cover the finish coating and part number marking for all parts as stated in Appendix A. Total number of parts is 4,205.
The options include various other metal parts for similar finishing. The totals for each option are as follows:
Option 1: Quantity 2,186
Option 2: Quantity 150
3. Applicable Drawings & References:
3.1. All drawings listed in Appendix A, B and C
3.2. MIL-A-8625F, Anodic Coatings for Aluminum and Aluminum Alloys (10 SEP 1993)
3.3. MIL-STD-130N, Identification Marking of US Military Property (17 DEC 2007)
3.4. AMS 2700C, Passivation of Corrosion Resistant Steels (23 MAR 2004)
3.5. MIL-DTL-53072D, Chemical Agent Resistant Coating System (20 DEC 2010)
3.6. MIL-PRF-23377, Primer Coatings: Epoxy, High Solids (10 APR 2007)
3.7. AMS QQ-P-416, Cadmium Plating (1 JULY 2000)
3.8. AMS QQ-P-416C, Cadmium Plating (1 SEP 2009)
4. Requirements:
4.1. The contractor shall clean, anodize, passivate, plate, and or prime all parts listed in Appendix A (TOGPK) per the respective finishing callouts as required by each drawing number
4.1.1. The contractor shall mark each part with its respective part number with revision level (if applicable)and manufacturer cage code (MFR: 19200) per MIL-STD-130N located per each drawing number. Letters shall be a minimum of 1/8" high and covered with a clear lacquer as per the specific drawings. If the size of the part itself does not permit letters of the size required then the part shall be individually bagged and labeled with the required information
4.1.2. All Government furnished property (parts to be finished) in Appendix A will be picked up at the address in SOW section 8.5 in a maximum of four (4) lots. The contractor shall perform all painting/coating services on lots of individual components and/or partial lots of individual components, and return to 3150 Gately Rd, Picatinny Arsenal, NJ, when completed. The contractor is not to wait until all components or assemblies are received before performing finishing. Contractor will not be required to make more than four (4) shipments to and from Picatinny.
5. Options:
5.1. OPTION 1: The contractor shall clean, anodize, passivate, plate, and or prime all parts listed in Appendix B (COMAGS) per the respective finishing callouts as required by each drawing number.
5.1.1. The contractor shall mark each part with its respective part number with revision level (if applicable) and manufacturer cage code (MFR: 19200) per MIL-STD-130N located per each drawing number. Letters shall be a minimum of 1/8" high and covered with a clear lacquer as per the specific drawings. If the size of the part itself does not permit letters of the size required then the part shall be individually bagged and labeled with the required information
5.1.2. All Government furnished property (parts to be finished) in Appendix B will be picked up at the address in SOW section 8.5 in a maximum of eight (8) lots. The contractor shall perform all painting/coating services on lots of individual components and/or partial lots of individual components, and return to 3150 Gately Road, Picatinny Arsenal, NJ when completed. The contractor is not to wait until all components or assemblies are received before performing finishing. Contractor will not be required to make more than eight (8) shipments to and from Picatinny Arsenal, NJ.
5.2. OPTION 2: The Contractor shall clean, anodize, passivate, plate and/or prime all parts listed in Appendix C (Neptune) per the respective finishing callouts as required by each drawing number.
5.2.1. The contractor shall mark each part with its respective part number with revision level (if applicable) and manufacturer cage code (MFR: 19200) per MIL-STD-130N located per each drawing number. Letters shall be a minimum of 1/8" high and covered with a clear lacquer as per the specific drawings. If the size of the part itself does not permit letters of the size required then the part shall be individually bagged and labeled with the required information
5.2.2. All Government furnished property (parts to be finished) in Appendix C will be picked up at the address in SOW section 8.5 in a maximum of four (4) lots. The contractor shall perform all painting/coating services on lots of individual components and/or partial lots of individual components, and return to 3150 Gately Road, Picatinny Arsenal, NJ when completed. The contractor is not to wait until all components or assemblies are received before performing finishing. Contractor will not be required to make more than four (4) shipments to and from Picatinny Arsenal, NJ.
6. Deliverables:
6.1. Delivery Schedule:
6.1.1 The Contractor shall deliver all completed parts in Appendix A no later than 12 weeks after award.
6.1.2 The Contractor shall deliver all completed parts in Appendix B (Option 1) no later than 24 weeks after award.
6.1.3 The Contractor shall deliver all completed parts in Appendix C (Option 2) no later than 12 weeks after award.
6.2. Parts will be picked up from and returned Freight on Board (FOB) to 3150 Gately Road, Picatinny Arsenal, NJ 07806
6.3. The Contractor shall provide a Certificate of Conformance (COC) per the processes specified for each part in each lot upon delivery of finished parts (CDRL 0003).
6.4. The contractor shall provide all required OPSEC deliverables per SOW sections 9.4 and 9.5 (CDRLS 0001 and 0002) .
7. Packaging
7.1. All finished parts shall be wrapped/separated by paper, cardboard, foam, bubble wrap, shrink wrap, bagged or any combination thereof as to prevent marring of painted surfaces while in transit to Picatinny Arsenal.
8. General Information:
8.1. Place of Performance: Work shall be completed at the Contractor's Facilities.
8.2. Highest Overall Classification: UNCLASSIFIED.
8.3. Distribution Level of all Documents Associated With This SOW: "D"
8.4. Payment: Payments will be made using iRAPT (formerly Wide Area Workflow (WAWF)) and contractor shall submit invoices for payment upon government receipt of parts. Partial, early deliveries are acceptable.
8.5. Delivery Location: Unless otherwise specified, all deliveries shall be FOB destination to the following address:
US ARMY RDECOM-ARDEC
Attn: TBD
3150 Gately Road
Picatinny Arsenal, NJ 07806-5000
8.6. Government Points of Contact:
8.6.1. Contracting Officer's Representative: TBD
8.6.2. Government Technical Representative: TBD
9. Security:
9.1. 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."
9.2. 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.
9.3. 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.
9.4. 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 0001, 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]."
9.5. 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 must be sent to the Contracting Officer Representative (COR) or Agreements Officer Representative (AOR), who can request ARDEC OPSEC training from ARDEC OPSEC POC e-mail: [email protected] (CDRL 0002).
9.6. 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.
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, 52.247-34 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 (see below).
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
PACKAGING REQUIREMENTS
All parts shall be wrapped/separated by paper, cardboard, foam, bubble wrap, shrink wrap or any combination thereof as to prevent marring of painted surfaces while in transit to Picatinny Arsenal. Parts shall be palletized and wrapped.
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:
Basis for Award
The Government plans to award a purchase order as a result of this Request for Quotation (RFQ). The evaluation of quotes shall be conducted utilizing the Lowest Priced Technically Acceptable (LPTA) evaluation approach, based on an evaluation of quotes in the areas of Technical and Price Under this evaluation approach, a quote would not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability.
Discussions: The Government intends to evaluate quotes and make an award decision without discussions with offerors. Therefore, the initial quote should contain the offeror's best terms. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary.
Evaluation Factors:
(1) Technical
(2) Price
Evaluation Approach
Careful, complete and impartial consideration will be given to all quotes received pursuant to this RFQ. A team of Government personnel will evaluate each quote in the areas described below.
1) Technical: The technical portion of the quote will be rated Acceptable or Unacceptable based on the assessment of the stated minimum requirements. In order for a quote to be rated Acceptable, Offerors are required to provide a brief (no more than 10 pages) capability statement clearly describing the Offeror's equipment/facilities, quality assurance practices, any additional process capabilities, and how they will be used to satisfy the delivery of the assemblies as described in the SOW. All items listed in the attached SOW Appendix A shall be delivered NLT 12 weeks after award. All items listed in the attached SOW Appendix B shall be delivered NLT 24 weeks after award. All items listed in the attached SOW Appendix C shall be delivered NLT 12 weeks after award.
Acceptable/Unacceptable Ratings
Rating Description
Acceptable Proposal meets the requirements of the solicitation
Unacceptable Proposal does not meet the requirements of the solicitation
2) Price will NOT receive a rating. The quoted price will be evaluated for reasonableness.
The total evaluated price is the total price proposed for this order. Offerors shall propose prices for each item in Appendix A, B and C as a total overall price (i.e., Appendix A should be one price for all 4,205 items to be finished according to that Appendix). There should be three separate Line Items (one for each Appendix A-C).
All pricing shall be submitted on an Excel spreadsheet (with formulae intact) and
submitted with a total price calculated.
Price Inconsistencies: A quote is presumed to represent an offeror's best effort to respond to the solicitation. Any inconsistency, whether real or apparent, between promised performance and price, shall be explained in the quote. Any significant inconsistencies, if unexplained, raise a fundamental issue of the offeror's understanding of the nature and scope or the work required and their financial ability to perform the contract, and may be grounds for rejection of the quote.
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 14 January 2019. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of proposal is the responsibility of the offeror.