Search Contract Opportunities

AC Metal Products

Type: Solicitation • ID: W15QKN23R0TDW
If You Don't Win This Contract, We Know Who Probably Will

Use our Partner Finder tool to discover market leaders

Free Trial Schedule Demo

Description

Posted: June 22, 2023, 9:56 a.m. EDT
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested; a written solicitation will not be issued. Solicitation No. W15QKN-23-R-0TDW is issued as a request for proposal (RFP) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2022-04, dated January 30, 2022. This requirement shall be competed on a 100% small business set-aside basis under NAICS code 423510 with a size standard of 200 employees. The U.S. Army Contracting Command (ACC-NJ), on behalf of the U.S. Army Combat Capabilities and Development Command (CCDC) ? Armaments Center (AC), at Picatinny Arsenal, NJ intends to competitively select and award firm-fixed-price (FFP) Blanket Purchase Agreements (BPAs) for AC Metal Products BPA in accordance with the following solicitation requirements, the attached Statement of Work (SOW), Quality Assurance Surveillance Plan (QAS), and Contract Data Requirements List (CDRLs) / DD Form 1423, and Contract Addendum Quality Assurance Requirements.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, 52.203-7, 52.203-11, 52.203-15, 52.203-19, 52.204-7, 52.204-9, 52.204-10, 52.204-13, 52.204-18, 52.204-21, 52.204-23, 52.204-24, 52.204-25, 52.204-26, 52.209-6, 52.209-9, 52.209-10, 52.212-1, 52.212-3, 52.212-4, 52.212-5; 52.233-3, 52.233-4, 52.243-1, 52.246-2, 52.246-11, and 52.247-34. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.219-1, 52.219-6, 52.219-14, 52.219-28, 52.219-33, 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, 52.222-41, 52.222-50, 52.222-51, 52.222-53, 52.222-54, 52.222-55, 52.222-62, 52.223-18, 52.224-3, 52.224-4001, 52.225-13; 52.226-6, 52.232-33, 52.232-37, 52.232-39, 52.232-40, 52.233-1, 52.233-3, 52.243-1, 52.246-2, 52.246-11, 52.246-4000, 52.246-4001, 52.252-2. DFARS: 252.203-7000, 252.203-7001, 252.203-7002, 252.203-7003, 2522.203-7005, 252.203-7999, 252.204-7002, 252.204-7015, 252.204-7018, 252.211-7003, 252.211-7005, 252.216-7000, 252.216-7007, 252.225-7048, 252.232-7003, 252.232-7006, 252.232-7009, 252.232-7010, 252.237-7010, 252.239-7017, 252.239-7018, 252.239-7019, 52.232-4002, 52.000-4000, 52.000-4002, 52.000-4003, 252.203-7005; 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7017, 252.244-7000, 252.247-7023. Offerors shall complete, sign and submit with their offer, the representations under FAR Provision 52.204-26 (c) Covered Telecommunications Equipment or Services-Representations. If applicable, the offeror will then complete and submit the Certifications under FAR Provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. See attached provisions to complete and return with offers.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% Small Business Set-AsideThe applicable SIC/NAICS code is: 4235105. Issuing Office: U.S. Army Contracting Command ? New Jersey ATTN: Marcus Edmundson Office Symbol: ACC-NJ-JAPicatinny Arsenal, NJ 07806-5000Email: marcus.l.edmundson.civ@army.mil 6. Points of Contact for Information: Name: Marcus Edmundson Title: Contract Specialist, ACC-NJ-JA Email: marcus.l.edmundson.civ@army.mil Alternate POC Name: Wilson W. Au Title: Contracting Officer, ACC-NJ-JA Email: wilson.w.au.civ@army.mil 7. Responses are due no later than March 20, 2023 by 4:00 PM EST and shall besent electronically to the points of contacts under paragraphs 5 (Issuing Office)and 6 (Point of Contact Information) above. **PLEASE COPY ALL POCS**8. Offerors shall complete and submit, with their offer, the attached OMBStandard Form LLL, Disclosure of Lobbying Activities if applicable. (See FARProvision 52.203-11)DISCLOSURE OF UNIT PRICE INFORMATIONThis 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 MarkingCommercial Packaging shall apply to this procurement (see below).No Bar Codes are required.The estimated weight of the item in its shipping container is less than 200 pounds and also greater than 200 pounds but less than 2500 pounds. The Security Classification of the material to be shipped is Unclassified.The item being shipped is not hazardous and not Arms, Ammunition or Explosives.Government Furnished Equipment will be provided for this contract.Items will be shipped to:TBD at the time of award of task, see task order.COMMERCIAL PACKAGING REQUIREMENTSCOMMERCIAL PACKAGING REQUIREMENTS1. 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 thedeterioration 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 package2.1 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 Package3.1 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. Packing4.1 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. MarkingAll 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 https://www.acq.osd.mil/log/sci/.AIT.html/DoD_Suppliers_Passive_RFID_Info_Guide_v15update.pdf 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 Materials7.1 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) TechnicalInstructions for the Safe Transport of Dangerous Goods by Airb. International Vessel Transport: International Maritime Dangerous Goods Code (IMDG)c. Domestic Transport: Code of Federal Regulations (CFR) Title 49d. Military Air Transport: Joint Service Regulation AFMAN24-204/TM38-250/NAVSUP PUB505/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: Inaccordance 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 markingsshall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and becontrasting 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: INSPECTIONGovernment Procurement Quality Assurance (PQA) actions will be accomplished by the Government Quality Assurance Representative (QAR) at: DestinationGOVERNMENT PROCUREMENT QA ACTIONS: ACCEPTANCEAcceptance of supplies will be at: Destination HQ AMC-LEVEL PROTEST PROGRAMIf 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 suspendedduring 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 CommandOffice of Command Counsel-Deputy Command Counsel 4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840Email: usarmy.redstone.usamc.mbx.protests@mail.milThe AMC-level protest procedures are found at:Web Address: http://www.amc.army.mil/amc/commandcounsel.htmlIf 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.htm52.212-2 Evaluation-Commercial Items.EVALUATION-COMMERCIAL ITEMS (OCT 2014)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:(i) Technical Capability of the item offered to meet the Government requirement; (ii) Past Performance Technical and past performance are of equal importance. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of provision)52.212-2 Evaluation-Commercial Items (Addenda)The US Army Contracting Command ? New Jersey (ACC-NJ), on behalf of DEVCOM Armaments Center, intends to establish multiple Master Blanket Purchase Agreements (BPAs) for commercial Manufacturing and Prototyping.Interested vendors response shall include documentation as follows: For Technical Capability: 1- The Vendor shall provide confirmation that they can provide the requested supplies to include a web site, price list, or catalog which shows representative manufacturing capabilities, and an equipment list. 2- The Vendor shall provide confirmation of a Quality Management System/Quality Assurance Program as prescribed in ISO 9001:2015, or an alternate.For Past Performance:1- The Vendor shall provide past contract information for up to ten (10) contracts to include: contract numbers, part numbers, quantity delivered on-time/late, etc showing their commercial manufacturing processing of components to meet Military (MIL), or similar/equivalent specific tolerances standards. Past performance can be either direct to the Government or as a subcontractor to another prime contractor. There is no requirement for a ?pricing bid? associated with this action.The Master Blanket Purchase Agreement does not obligate any funds. The Government shall be obligated only to the extent of authorized purchases actually made via a properly executed BPA Call, Contract Ordering Official Cardholder (COOC) Order, or Government Purchase Card (GPC) Order. 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, Marcus Edmundson Picatinny Arsenal, NJ 07806-5000 E- mail: marcus.l.edmundson.civ@army.mil Questions and Answers for Amendment 0001:Q: We are a small business metal powder producer. Can I submit for the BPA as I don?t see metal powders specifically called out?A: Yes, you can submit for this BPA as this is not limited to the products in Section 4.1 of the SOW.Questions and Answers for Amendment 0002:Question: Our company, will not be registering on the SAMS site but was hoping you could provide us a form to fill out to be included in this program. Please advise if this is something you will be able to provide.Answer: Offerors and quoters are required to be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. Offerors and quoters that are not registered in SAM shall not be afforded an award.Question:We do have a question regarding one of the items listed. We are capable of procuring tantalum, but we cannot find any documentation regarding the referenced ASTM 3-9 specification. We believe that this is a clerical error or ?typo?. Can the government confirm whether a clerical error was made in reference to ASTM 3-9?Answer: The AMSTA 3-9 was a mistake. Please disregard it. The 3-9 was referring to the grain size of the material they purchased last.Question:Will the proposal due date be extended?Answer: Yes, the proposal due date has been extended to 27 March 2023.Q: Proposals are to be submitted via e-mail correct?A: Proposals are to be submitted via PIEE. Please ensure potential offerors have the correct PIEE role register otherwise a potential offeror may not be able to submit a proposal or quote. IF there are any questions related to submitting proposals, please contact the PIEE helpdesk at 866-618-5988.
Posted: March 17, 2023, 2:05 p.m. EDT
Posted: March 15, 2023, 2:02 p.m. EDT
Posted: Feb. 22, 2023, 9:16 a.m. EST

Overview

Response Deadline
March 27, 2023, 4:00 p.m. EDT (original: March 20, 2023, 5:00 p.m. EDT) Past Due
Posted
Feb. 22, 2023, 9:16 a.m. EST (updated: June 22, 2023, 9:56 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
200 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Blanket Purchase Agreement
On 2/22/23 ACC Picatinny issued Solicitation W15QKN23R0TDW for AC Metal Products due 3/27/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 423510 (SBA Size Standard 200 Employees) and PSC 9510.
Primary Contact
Name
Marcus Edmundson   Profile
Phone
(973) 724-5382

Secondary Contact

Name
Wilson Au   Profile
Phone
(973) 724-5388

Documents

Posted documents for Solicitation W15QKN23R0TDW

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W15QKN23R0TDW

Similar Active Opportunities

Open contract opportunities similar to Solicitation W15QKN23R0TDW

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-NJ
FPDS Organization Code
2100-W15QKN
Source Organization Code
500045967
Last Updated
June 22, 2023
Last Updated By
marcus.l.edmundson.civ@army.mil
Archive Date
June 22, 2023