As of 31 August 2020, please be advised that there has been a revision to Appendices A, B and C. Appendices A, B and C have been revised and and are now replaced with the correct versions.
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. Quotes are being requested; a written solicitation will not be issued.
Solicitation No. W15QKN-20-Q-0DAZ is issued as a request for quote (RFQ) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2020-07, dated August 03, 2020. This requirement is being competed under a 100% set-aside for small businesses under NAICS Codes 332812 - Metal Coating, Engraving (except jewelry and silverware), and allied services to manufacturers with Small Business Size Standard of 500 employees.
The U.S. Army Contracting Command (ACC-NJ), Picatinny Arsenal, NJ intends to competitively award one (1) firm-fixed-price (FFP) purchase order or call order to finish coating and part number marking for all Objective Gunner Protection Kit (OGPK) metal parts as stated in the attached Appendices A and B. The base total number of parts is 1305. The Government may also choose to exercise any or all of the options for Appendices C, D and E (attached).
To obtain a copy of any Limited Distribution documents (see Statement of Work 3.0 and 9.3):
Interested parties to this solicitation shall provide a certified/approved copy of the attached "Military Critical Technologies Data Agreement (DD Form 2345)" or a copy of their applicable license issued by the U.S. Department of State if the offeror is a non U.S. company, a completed/signed copy of the attached "Technical Data Questionnaire (AMSTA-AR Form 1350)" and a completed/signed copy of the attached "Non-Disclosure and Non- Use Agreement". Once all documents are complete and received by the POC: Contract Specialist, Marcus Edmundson, [email protected], the documents/drawings will be provided through a secure file exchange.
Offerors are requested to submit a FFP quote to include delivery, installation and training in accordance with the Statement of Work (SOW) using the following Contract Line Item Number (CLIN) structure:
CLIN Item Description QTY Price___________
0001 Base Appendix A 1 EA $______________.__
0002 Base Appendix B 1 EA $______________.__
0003 CDRLs A001-A004 N/A *Not Separately Priced*
0004 *OPTION* Appendix C 1 EA $______________.__
0005 *OPTION* Appendix D 1 EA $______________.__
0006 *OPTION* Appendix E 1 EA $______________.__
**All items/deliveries are FOB: Destination**
Statement of Work
For
Painting/Finishing of Objective Gunner Protection Kit Metal Parts
The Combat Capabilities Development Command (CCDC) Armament Center (AC) 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.
This task shall cover: finish coating and part number marking for all parts as stated in the attached Appendices A and B. The base total number of parts is 1305. The Government may also choose to exercise any or all of the options for Appendices C, D, and E (attached).
The Contractor shall deliver all completed parts in Appendix A no later than 8 weeks after award.
The Contractor shall deliver all completed parts in Appendix B no later than 4 weeks after award.
The Contractor shall deliver all completed parts in Appendix C no later than 12 weeks after award of the option.
The Contractor shall deliver all completed parts in Appendix D no later than 12 weeks after award of the option.
The Contractor shall deliver all completed parts in Appendix E no later than 12 weeks after award of the option.
US ARMY CCDC AC
Attn: TBD
3150 Gately Road
Picatinny Arsenal, NJ 07806-5000
TBD
TBD
The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: FAR: 52.203-3, 52.203-5, 52.203-6 Alt. I, 52.203-7, 52.203-11, 52.204-7, 52.204-13, 52.204-18, 52.204-24, 52.212-1 & 52.212-2 (addenda below), 52.212-3, 52.212-4, 52.212-5, 52.217-5, 52.217-7, 52.233-3, 52.233-4, 52.243-1, 52.246-2 and 52.247-34. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.203-19, 52.204-10, 52.204-23, 52.204-24, 52.209-6, 52.209-10, 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, 52.222-40, 52.222-50, 52.223-18,; 52.232-33, 52.233-1, 52.233-3, and 52.233-4 and DFARS: 252.203-7002, 252.204-7002, 252.211-7003, 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, 232.247-7023.
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 are: 332812.
5. Issuing Office:
U.S. Army Contracting Command – New Jersey
ATTN: Jason Kenlan
Title: Contracting Officer
Office Symbol: ACC-NJ-JA
Picatinny Arsenal, NJ 07806-5000
Email: [email protected]
6. Point of Contact for Information:
Name: Marcus Edmundson
Title: Contract Specialist
Email: [email protected]
7. Responses are due no later than September 4, 2020 by 3:00PM EST and shall be sent electronically to the points of contact under paragraphs 5 (Issuing Office) and 6 (Point of Contact Information) above.
8. Offerors shall complete and submit, with their offer, the attached OMB Standard Form LLL, Disclosure of Lobbying Activities if applicable. (See FAR Provision 52.203-11)
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.
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, and 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 Instructions to Offerors – Commercial Items Addenda:
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 Performance Work Statement (PWS) shall be clearly labeled with the appropriate PWS 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, Marcus Edmundson
Picatinny Arsenal, NJ 07806-5000
E- mail: [email protected]
52.212-2 Evaluation – Commercial Items Addenda:
Evaluation Criteria for Painting of Armor Components
1.0 Basis for Award
The Government’s selection for an 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 purchase order 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 purchase order.
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 purchase order 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, via short narrative, to meet all requirements.
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 offeror’s existing capabilities, knowledge and expertise in providing the requested items 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. Unit pricing shall be listed with extended costs for each item.
3. Adequate competition is anticipated for this purchase 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). Therefore, in instances when only one offer is received and the quote is $2,000,000 or more, the Contracting Officer shall obtain Certified Cost or Pricing Data. Offers under $2,000,000 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 purchase order. 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.
52.212-3 Offeror Representations and Certifications - Commercial Items Addenda:
Please complete provision 52.212-3, OR indicate that your company’s representation’s and certifications are current and available via SAM.gov. Point of Contact: Marcus Edmundson, [email protected] Proposals must be received No Later Than 3:00PM EST 4 September 2020. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of proposal is the responsibility of the offeror.