Federal Bid

Last Updated on 16 Nov 2021 at 8 PM
Combined Synopsis/Solicitation
Crane Indiana

Mk 171 Projectile

Solicitation ID W52P1J-22-Q-PROJ
Posted Date 16 Nov 2021 at 8 PM
Archive Date 31 Dec 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W4mm Usa Joint Munitions Cmd
Agency Department Of Defense
Location Crane Indiana United states

This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will NOT be issued.

This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-22-Q-PROJ. 

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07/09-10-2021.

The NAICS code for this procurement is 332111; the small business size standard is 750 employees.  The Federal Supply Code is 1375.

Offerors must be registered within the System for Award Management (SAM) database at time of submission of an offer.  The website for SAM is https://www.sam.gov/.

DESCRIPTION OF REQUIREMENT

This solicitation is issued for the following:

CLIN 0001:  FAT, Mk 171 Projectile

Quantity:  5 each

IAW Drawing 6915056

*Drawing 6915056 is provided in Attachment 0002

CLIN 1001:  Production Qty, Mk 171 Projectile

Quantity:  2,015 each

IAW Drawing 6915056

*Drawing 6915056 is provided in Attachment 0002

Material Certification Test Report:  

A Material Certification Test Report shall accompany each delivery and an email copy shall be sent to [email protected] and [email protected].  See Attachment 0003.

PACKAGING AND PACKING

Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951 (Commercial Packaging)

TYPE OF ACQUISITION AND CONTRACT

This acquisition is issued as a 100% Small Business Set-Aside.  The Army Contracting Command-Rock Island (ACC-RI) intends to award a Firm Fixed Price Contract.

DELIVERY and LOCATION

Delivery shall be FOB Destination to: Crane Army Ammunition Activity, Building 148, 300 Highway 361, Crane, Indiana 47522-5001.

When responding to this solicitation, Attachment 0001 shall be submitted which includes the following:

  1. Per-Unit and Total Price.  Price shall be limited to 2 decimal places.
  2. Each yellow cell shall be filled out with appropriate information or pricing.
  3. Company Name/Address/CAGE Code/DUNS number
  4. Point of Contact (Name/Title/phone number/email address)

LISTING OF ATTACHMENTS

Attachment 0001 - Pricing Sheet – Mk171 Projectile

Attachment 0002 - Dwg 6915056 – Mk171 Projectile

Attachment 0003 – CertMatTestRep – Mk171 Prjectile

BASIS FOR AWARD

Award will be made on price only to the offeror who provides the lowest Total Price, who is determined to be responsible and who is compliant with all the requirements of this Solicitation.

In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. 

Award will be made on a Firm Fixed Price basis.

Offers shall be submitted in the following way:

Electronically via email to the Contract Specialist [email protected] and Contracting Officer [email protected].  Offerors shall include “W52P1J-22-Q-PROJ – Response - [Insert Offeror’s Name]” within the Subject line.

QUESTIONS

Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist.

**Note:  Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond.  Questions not received within a reasonable time prior to close of the solicitation may not be considered.

CLAUSES

The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil):

FAR 52.212-1, Instructions to Offerors-Commercial Items

FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I

FAR 52.212-4, Contract Terms and Conditions-Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items

Within FAR 52.212-5, the following optional clauses apply:

     FAR 52.203-6, Restrictions on Subcontractor Sales to the Government

      FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

      FAR 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

     FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters

      FAR 52.219-6, Notice of Total Small Business Set-Aside

     FAR 52.219-8, Utilization of Small Business Concerns

      FAR 52.219-28, Post Award Small Business Program Representation

      FAR 52.222-3, Convict Labor

      FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies

      FAR 52.222-21, Prohibition of Segregated Facilities

      FAR 52.222-26, Equal Opportunity

     FAR 52.222-35, Equal Opportunity for Veterans

     FAR 52.222-36, Equal Opportunity for Workers with Disabilities

     FAR 52.222-37, Employment Reports on Veterans

      FAR 52.222-50, Combating Trafficking in Persons

      FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving

      FAR 52.225-1, Buy American -- Supplies

      FAR 52.225-13, Restrictions on Certain Foreign Purchases

      FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management

     FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels

FAR 52.203-3, Gratuities

FAR 52.204-7, System for Award Management

FAR 52.204-13, System for Award Management Maintenance

FAR 52.204-16, Commercial and Government Entity Code Reporting

FAR 52.204-18, Commercial and Government Entity Code Maintenance

FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.209-7, Information Regarding Responsibility Matters

FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-2, Service of Protest

FAR 52.233-3, Protest after Award

FAR 52.242-15, Stop-Work Order

FAR 52.245-1, Government Property

FAR 52.245-9, Use and Charges

FAR 52.247-34, F.O.B. Destination

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.211-7003, Item Unique Identification and Valuation

DFARS 252.211-7007 Reporting of Government Furnished Property

DFARS 252.225-7001, Buy American Act and Balance of Payments

DFARS 252.225-7012, Preference for Certain Domestic Commodities

DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism

DFARS 252.225-7074, Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005)

DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7006, Wide Area Workflow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.243-7002, Requests for Equitable Adjustment

DFARS 252.244-7000, Subcontracts for Commercial items

DFARS 252.245-7001, Tagging, Labeling, and Marking of GFP

DFARS 252.245-7002, Reporting Loss of Government Property

DFARS 252.245-7003, Contractor Property Managment System Administration

DFARS 252.245-7004, Reporting, Reutilization, and Disposal

DFARS 252.246-7003, Notification of Potential Safety Issues

DFARS 252.246-7008, Sources of Electronic Parts

DFARS 252.247-7022, Representation of Extent of Transportation by Sea

DFARS 252.247-7023, Transportation of Supplies by Sea

The following provisions are provided in full text

52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008).

(a)  Definition.  “Small business concern,” as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation.

(b)  Applicability.  This clause applies only to—

(1)  Contracts that have been totally set aside for small business concerns; and

(2)  Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).

(c)  General.

(1)  Offers are solicited only from small business concerns.  Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.

(2)  Any award resulting from this solicitation will be made to a small business concern.

(d)  Agreement.

(1)  For a contract or an order at or below the simplified acquisition threshold, a small business concern may provide the end item of any firm.  For a contract or an order exceeding the simplified acquisition threshold, unless the Small Business Administration has waived the requirements of paragraphs (d)(1)(i) through (iii) of this clause in accordance with 13 CFR 121.1204, a small business concern that provides an end item it did not manufacture, process, or produce, shall—

(i)  Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas;

(ii)  Be primarily engaged in the retail or wholesale trade and normally sell the type of item being supplied; and

(iii)  Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; for example, providing storage, transportation, or delivery.

(2)  For contracts or orders for multiple end items, at least 50 percent of the total value of the contract or order shall be manufactured, processed, or produced in the United States or its outlying areas by small business concerns.

(3)  Paragraphs (d)(1) through (2) of this clause do not apply to construction or service contracts.

(End of clause)

52.222-19  Child Labor—Cooperation with Authorities and Remedies. (DEVIATION 2020-O0019)

      (a) Applicability. This clause does not apply to the extent that the Contractor is supplying end products mined, produced, or manufactured in—

            (1) Israel, and the anticipated value of the acquisition is $50,000 or more;

            (2) Mexico, and the anticipated value of the acquisition is $83,099 or more; or

            (3) Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada, Croatia,

Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, Iceland, Ireland, Italy, Japan, Korea, Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova, Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal, Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden, Switzerland, Taiwan, Ukraine, or the United Kingdom and the anticipated value of the acquisition is $182,000 or more.

      (b) Cooperation with Authorities. To enforce the laws prohibiting the manufacture or importation of products mined, produced, or manufactured by forced or indentured child labor, authorized officials may need to conduct investigations to determine whether forced or indentured child labor was used to mine, produce, or manufacture any product furnished under this contract. If the solicitation includes the provision 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products, or the equivalent at 52.212-3(i), the Contractor agrees to cooperate fully with authorized officials of the contracting agency, the Department of the Treasury, or the Department of Justice by providing reasonable access to records, documents, persons, or premises upon reasonable request by the authorized officials.

      (c) Violations. The Government may impose remedies set forth in paragraph (d) for the following violations:

            (1) The Contractor has submitted a false certification regarding knowledge of the use of forced or indentured child labor for listed end products.

            (2) The Contractor has failed to cooperate, if required, in accordance with paragraph (b) of this clause, with an investigation of the use of forced or indentured child labor by an Inspector General, Attorney General, or the Secretary of the Treasury.

            (3) The Contractor uses forced or indentured child labor in its mining, production, or manufacturing processes.

            (4) The Contractor has furnished under the contract end products or components that have been mined, produced, or manufactured wholly or in part by forced or indentured child labor. (The Government will not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this clause unless sufficient evidence indicates that the Contractor knew of the violation.)

      (d) Remedies.

            (1) The Contracting Officer may terminate the contract.

            (2) The suspending official may suspend the Contractor in accordance with procedures in FAR Subpart 9.4.

            (3) The debarring official may debar the Contractor for a period not to exceed 3 years in accordance with the procedures in FAR Subpart 9.4.

(End of clause)

252.225-7974   Representation Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005)

     (a)  Definitions.  As used in this provision—

      “Agency or instrumentality of the government of Venezuela” means an agency or instrumentality of a foreign state as defined in section 28 U.S.C. 1603(b), with each reference in such section to “a foreign state” deemed to be a reference to “Venezuela.”

     

      “Business operations” means engaging in commerce in any form, including acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce.

      “Government of Venezuela” means the government of any political subdivision of Venezuela, and any agency or instrumentality of the government of Venezuela.

      “Person” means—

    

            (1)  A natural person, corporation, company, business association, partnership, society, trust, or any other nongovernmental entity, organization, or group;

            (2)  Any governmental entity or instrumentality of a government, including a multilateral development institution (as defined in section 1701(c)(3) of the International Financial Institutions Act (22 U.S.C. 262r(c)(3)); and

            (3)  Any successor, subunit, parent entity, or subsidiary of, or any entity under common ownership or control with, any entity described in paragraphs (1) or (2) of this definition.

     (b)  Prohibition.  In accordance with section 890 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92), contracting officers are prohibited from entering into a contract for the procurement of products or services with any person that has business operations with an authority of the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government, unless the person has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury.

      (c)  Representation.  By submission of its offer, the Offeror represents that the Offeror—

            

              (1)  Does not have any business operations with an authority of the Maduro regime or the government of Venezuela that is not recognized as the legitimate government of Venezuela by the United States Government; or

              (2)  Has a valid license to operate in Venezuela issued by the Office of Foreign Assets Control of the Department of the Treasury.

(End of provision)

The following additional clause applies:

Crane Army Ammunition Activity Delivery Instructions

CAAA receiving hours are Mon – Thurs, 0700 - 1430 BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK); appointments will be made via Carrier Appointment System (CAS). Carriers without access to the CAS System, call (812)854-2199 or (812)854-2339, 48 hours prior to delivery for appointment. Failure to follow the protocol stated herein and/or obtain a scheduled delivery time prior to delivery, may result in the truck being turned away.

Crane Army Ammunition Activity

Building 148

300 Highway 361

Crane, Indiana 47522

Bid Protests Not Available

Similar Past Bids

Crane Indiana 07 May 2002 at 5 AM
Middletown Iowa 18 Feb 2020 at 3 PM
Middletown Iowa 17 Dec 2019 at 2 PM
Picatinny arsenal New jersey 16 Dec 2008 at 4 PM
Picatinny arsenal New jersey 24 Apr 2008 at 12 PM

Similar Opportunities