Search Contract Opportunities

Weapons Development and Integration Directorate Blanket Purchase Agreement

ID: W31P4Q-19-R-0088 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SYNOPSIS AND SOLICIATION
for
BLANKET PURCHASE AGREEMENTS (BPA)
for
WEAPONS DEVELOPMENT AND INTEGRATION DIRECTORATE

1. General Information
1.1. Document Type: Combined Synopsis Solicitation
1.2. Solicitation Number: W31P4Q-19-R-0088
1.8. Set Aside: 100% Small Business
1.9. NAICS Code: 336419

2. Contracting Office Address
U.S. Army Contracting Command, - Redstone Arsenal, Combat Capabilities Development Command Aviation and Missile Directorate, ATTN: CCAM-MZA-D, Redstone Arsenal, AL 35898-5280

3. Description
3.1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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.

3.2. The solicitation number for this streamlined acquisition is W31P4Q-19-R-0088 and is issued as a request for a proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. This requirement is a total small business set-a-side (SBSA) and only qualified offerors may respond.

3.3. The requirements will be fulfilled using the Simplified Acquisition Procedures, Part 13 of the FAR, including subpart 13.5.

3.4. The associated North American Classification System (NAICS) code is 336419. The small business size standard is 1,000 employees.

3.5. The Army Contracting Command, - Redstone on behalf of the U.S. Army, Combat Capabilities Development Command Aviation and Missile Center's (CCDC AvMC) Weapons Development and Integration Directorate (WDID) intends to establish a constellation of Blanket Purchase Agreements (BPAs) for the future competitive acquisition of commercial equipment, IT hardware and software on a SBSA basis within a 60 mile radius of Redstone Arsenal, Alabama. The requirement for close proximity to Redstone Arsenal, Alabama, is to provide one hour direct delivery of commercial products acquired under BPA delivery orders that are required to support the global mission of WDID. WDID is a center of technical excellence that supports Missile and Aviation Development activities and weapon system sustainment within the Department of Defense (DoD). The WDID mission includes development in the areas of Propulsion, Structures, Sensors, Guidance and Electronics technology areas Department of Defense and Other Government Agencies (OGAs). WDID provides a Government test bed for emerging concepts experimentation; rapid prototyping; technology insertion and transition; systems engineering and integration; modeling/simulation; training; test and evaluation; for Materiel Developers, Warfighters and other customers including requirements supporting Foreign Military Sales (FMS). The WDID is the technical proponent and technical manager for several technology focus areas such as Hypersonic Thermal Protection Systems, Squad Level Unmanned Vehicles, and Tactical Edge technologies that have been proven on a global scale. It is the intent of the Government to establish BPAs with contractors meeting the requirements of this synopsis and solicitation.

3.6. Following establishment of the WDID BPA constellation, the U.S. Army Contracting Command reserves the right to compete individual requirements below the simplified acquisition threshold with small businesses, woman owned businesses, HUBZone or Service Disabled Veteran-owned small businesses to accomplish its socio-economic goals.

3.7. The initial BPAs will be issued for a period of one (1) year, with four (4) one-year option periods to renew. The Army Contracting Command - Redstone reserves the right to cancel any company's BPA for any reason including poor performance and/or if the company's prices are determined to be no longer competitive. In addition, the Army Contracting Command - Redstone may solicit additional companies at any time to replace or increase existing BPAs to fulfill the Army Contracting Command - Redstone's requirements.

3.8. The Government is seeking a centralized vehicle, which offers a wide array of research and development test equipment products, materials, and supplies; communications equipment; and other equipment required to support the WDID mission that may be used by WDID in developing new technical capabilities through the integrated use of these products and to fulfill customer requirements. These products are often specialized configurations of commercial equipment. This range of products and capabilities will include, but are not limited to, cameras and lenses; lasers; frequency analyzers and converters; lathes and other metalworking equipment; raw materials; laboratory equipment; electrical/electronic equipment and components; electro-mechanical equipment and components; communications equipment; and general and specialized support equipment required to accomplish the WDID technical mission. Purchases under the BPA's shall be limited to the following Federal Supply Classes:

10 (Weapons);
12 (Fire Control Equipment);
13 (Ammunition and Explosives);
14 (Guided Missiles);
15 (Aircraft and Airframe Structural Components);
16 (Aircraft Components and Accessories);
17 (Aircraft Launching, Landing and Ground Handling Equipment);
19 (Ships, Small Craft, Pontoons, and Floating Docks);
20 (Ship and Marine Equipment);
23 (Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles);
25 (Vehicular Equipment Components);
26 (Tires and Tubes);
28 (Engines, Turbines and Components);
29 (Engine Accessories):
30 (Mechanical Power Transmission Equipment):
31 (Bearings);
32 (Woodworking Machinery and Equipment);
34 (Metal Working Equipment);
35 (Service and Trade Equipment);
36 (Special Industry Machinery):
39 (Material Handling Equipment);
40 (Rope, Cable, Chain, and Fittings):
41 (Refrigeration, Air Conditioning & Air Circulating Equipment);
42 (Fire Fighting, Rescue, and Safety Equipment; and Environmental Protection Equipment and Materials);
43 (Compressors, Pumps);
46 (Water Purification and Sewage Treatment Equipment);
47 (Pipe, Tube, Hose, and Fitting Material);
49 (Maintenance and Repair Shop Equipment)
51 (Hand Tools);
52 (Measuring Tools);
53 (Hardware and Abrasives);
54 (Prefabricated Structures and Scaffolding);
55 (Lumber, Millwork, Plywood, and Veneer);
59 (Electrical and Electronic Equipment Components);
60 (Fiber Optics Material, Components, Assemblies and Accessories);
61 (Electric Wire and Power Distribution Equipment);
62 (Electrical Lighting Equipment);
63 (Alarm, Signal and Security Detection Systems);
66 (Instruments and Laboratory Equipment);
67 (Photographic Equipment);
68 (Chemicals and Chemical Products):
69 (Training Aids and Devices);
70 (ADP Equipment Software, Supplies and Support Equip);

80 (Brushes, Paints, Sealers, and Adhesives)
81 (Containers, Packaging and Packing Supplies);
91 (Fuels, Lubricants, Oils and Waxes);
93 (Nonmetallic Fabricated Materials)
94 (Fabricated Raw Materials);
95 (Metal Bars, Sheets and Shapes);
96 (Ores, Minerals, and Their Primary Products); and
99 (Miscellaneous)
J0 (Maintenance, Repair and Rebuilding of Equipment for the Federal Supply Codes above)

Examples of items that the Army Contracting Command-Redstone may be procuring through the WDID BPA constellation are as follows:
Electronics Equipment -
Adapters Amplifiers
Miscellaneous/specialized electronic components/assemblies Electronic/electrical connectors, blocks, brackets, distribution racks Electrical wiring, plugs, assemblies, splitters
Cables
Electrical cabinets

Communications Equipment -
Line of sight and satellite communications equipment Towers and other communications mounting equipment Attenuators

Support Equipment -
Uninterruptible Power Supplies (UPS) and/or Surge Protection Equipment Electrical power generators
Electrical power conditioning equipment
Tents, shelters, pre-fabricated structures and mobilizing equipment Shock and vibration hardened storage and transportation containers Environment Control Unit (ECU)/shelter equipment and components Electronic Counter Measures (ECM) material or equipment Fieldable Air Conditioning & Heating Equipment
Hand tools and measuring tools
Metal bar stock, plates, sheets, and rods Lighting equipment
Photographic equipment Laboratory tools Machining Equipment
Laboratory workbenches, shelving, trays, portable lifting equipment Laboratory integration equipment
Laboratory and specialized test equipment Signal generators
Training aids and devices
Global Positioning System (GPS) receivers
Vision enhancement equipment to include binoculars, night vision equipment Laboratory safety equipment
Document shredders
Cable ducts, raceways, managers.

Subsequently solicited requirements issued under the resultant BPAs will be based on three (3) basic venues consisting of the following: (1) Brand Name or Equal; (2) Original Equipment Manufacturer (OEM) equipment; or (3) Product Specification based on general equipment specifications provided by the Government. Original Equipment Manufacturer (OEM) equipment will be specified in many instances because it has proven reliability in field exercises and laboratory applications to provide cost efficient performance and reliability or because it is compatible with existing equipment. BPA holders may be required to provide quotations in some instances based on an equipment specification provided by the Government.

3.9. Following the establishment of the BPAs resulting from this synopsis and solicitation, the Army Contracting Command will compete any future WDID requirements among a subset of BPA holders, using vendor rotation as determined by the Contracting Officer. In accordance with AFARS 5113.303-1, the Government reserves the right to conduct Reverse Auctions. Exact future requirements are not known at this time and there is no guarantee of requirements in the future. Future requirement Delivery Orders will be identified by a Delivery Order numbering system determined by the Government. BPA holders selected through the BPA Holder vendor rotation established by the Contracting Officer will be notified electronically of new Delivery Order requirements through the issuance of a Delivery Order Request for Quotation (RFQ) email from the Contracting Officer, identifying by the part number, description, quantity, required delivery date and date/time for submission of the quotation. The BPA contractors shall submit through the forum identified in the Delivery Order RFQ email its quotation for price and delivery in response to the Delivery Order RFQ. The Contracting Officer shall specify the Delivery Order Quotation response time for each Delivery Order RFQ dependent upon the size, complexity and urgency of the requirement. Failure to submit a complete and timely response to a BPA Delivery Order RFQ may result in it being determined non-responsive to the Delivery Order RFQ and may serve as the basis for reduced use of the contractor during subsequent vendor rotation or cancellation of the BPA in it entirety. The award of all Delivery Orders issued under BPAs established through this solicitation and synopsis will be based on best value, considering price and delivery and will be for the entire Delivery Order requirement unless otherwise specified by the Contracting Officer. Contractors submitting a timely response and adequate documentation required in response to this synopsis and solicitation, and to whom a BPA is ultimately awarded, agree to waive their right to protest the award of all future Delivery Orders. Following issuance of a specific Delivery Order to the BPA Holder, that contractor shall assume responsibility for (1) providing within 3 working days an email to the WDID Contracting Officer, verifying that the WDID BPA Holder has issued the necessary Purchase Order(s) for all required equipment and providing in that email a copy of its vendor Purchase Order(s) with the line item. The WDID BPA Holder is responsible for updating the Contracting Officer regarding changes in vendor delivery schedules that exceed Delivery Order delivery dates and will be reflected in the contractor's past performance assessment. All BPA Holders determined under this synopsis and solicitation will be required to bill and accept payment through the Government's Wide Area Work Flow iRAPT system.

3.10. The delivery location will be specified in each Delivery Order RFQ issued under the authority of the BPA.

3.11. Response Instructions: The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. In addition, Offerors are required to submit through email, by the date and time specified below, the following information in response to this synopsis and solicitation:

(1) Contractor certification that it is capable of ordering all equipment specified in the Federal Supply Classifications identified in paragraph 3.8., above.

(2) Contractor certification that it will accept payment for WDID equipment acquired through any BPA Delivery Order(s) for each Delivery Order executed against its BPA through Wide Area Work Flow iRAPT.

(3) The contractor will be required to identify the location of its corporate address to verify through its response to this synopsis and solicitation that is within a 60 mile radius of Redstone Arsenal, AL, as determined by the Contracting Officer. All responses to this synopsis and solicitation provided by contractors determined to be outside this radius will be non-responsive to the requirements of the synopsis/solicitation and not evaluated for subsequent award. The determination of the Government concerning the mile radius of Redstone Arsenal, AL, is under the sole purview of the Contracting Officer and may be disputed by the contractor determined to be not within the 60 mile radius, but will not be the basis of restraining the issuance of BPAs to otherwise successful contractors. Contractors determined by the Contracting Officer to be within the required 60 mile radius of Redstone Arsenal, AL, may not be disputed by other contractors.

(4) Contractor certification that it is registered in System for Award Management (SAM) and that at the time of its response to this synopsis and solicitation that it is compliant with the synopsis and solicitation NAICS Code 336419.

(5) The contractor shall furnish in its email response to this synopsis and solicitation a digital copy of a letter of credit from its banking institution furnished on banking institution letter head and signed by an authorized representative of that institution identifying in whole U.S. dollars the amount of the contractor's line of credit.

(6) Small businesses responding to this synopsis and solicitation must furnish the following information by email submission. All of the below information must be included in the email response to this synopsis and solicitation:

Small business name and address:
- CAGE Number:
- Taxpayer Identification Number:
- DUNs:
- Socio-Economic Status:

3.12. FAR 52.212-2, Evaluation -- Commercial Items. This clause will be used to evaluate offerors for awarding BPAs. The Government intends to award a maximum of 10 BPAs resulting from this solicitation to offerors responding to the requirements of this synopsis and solicitation and, more specifically paragraph 3.11, above. It is the intent of the Government to establish BPAs with contractors meeting the requirements of this synopsis and solicitation. All offerors submitting responses to this Synopsis and Solicitation, must provide the information in 3.11(1) through (6), with elements 3.11(1) (2), (3), (4) and (6) evaluated as Go/No Go. Failure to meet the requirements of those sections will be cause for the offeror's submission to be considered Non-Responsive and disqualified from further evaluation. If the Government receives more than 10 responses to this synopsis and solicitation the responses will be evaluated by ranking the dollar amount of the contractor's line of credit furnished in response to above section 3.11(5) to this synopsis and solicitation, rank ordering the respondents from the highest to the lowest dollar value of their letter of credit. The contractors submitting the top 10 responses to this synopsis and solicitation will be awarded BPAs.

3.13. Offerors must include a completed copy of the following provisions with its offer: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government.

3.14. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

3.15. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition: FAR 52.233-1, Disputes, FAR 52.233-4, Applicable Law for Breach of Contract Claim, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-8, Utilization of Small Business Concerns, FAR 52-219-14, Limitations on Subcontracting, 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52-222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act , FAR 52.225-13, Restrictions on Certain foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, FAR 52.232-36, Payment by Third Party. FAR 52.203-3, Gratuities, DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders, DFARS 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools, DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, DFARS 252.225-7021, Trade Agreements, DFARS 252.227-7015, Technical Data-Commercial Items, 252.227-7037, Validation of Restrictive Markings on Technical Data, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.243-7002, Requests for Equitable Adjustment, DFARS 252.247-7023, Transportation of Supplies by Sea. The following clauses will also apply: DFARS 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card, DFARS 252.211-7003, Item Unique Identification and Valuation, DFARS 252.232-7010, Levies on Contract Payments. In accordance with Section 508, the USAMCOM requires that all Electronic Information Technology (EIT), as that term is defined at FAR 52.101, delivered under the contract comply with the applicable EIT accessibility standards issued by the Architectural and Transportation Barriers Compliance Board set forth at 36 CFR Part 1194.

3.16. This solicitation shall not be construed as a commitment of any kind to place subsequent Delivery Orders following the establishment of a BPA with any contractor. Exact future requirements are not known at this time and there is no guarantee of requirements in the future.

3.17. Contractors currently providing technical support services to WDID are considered to have an inherent conflict of interest in providing sound and unbiased recommendations of possible materiel acquisition solutions to address technical issues being addressed by WDID and then subsequently competing for the opportunity to provide this materiel, particularly in a performance specification environment. For this reason, prime contractors and their subcontractors currently providing technical and programmatic support services to WDID under the following contracts are prohibited from submitting BPA proposals in response to this synopsis and solicitation:

W31P4Q-19-F-C003
W31P4Q-19-F-C002
W31P4Q-18-F-C002
W31P4Q-15-A-0020/0001
W31P4Q-09-A-0016/0013
W31P4Q-09-A-0016/0009
GSA OASIS Contract GS00Q14OADU412

Requests for the establishment of BPAs from these contractors and subcontractors will not be processed. Submission of BPA proposals by these firms will be considered non-responsive to this synopsis and solicitation.

3.18. Any contractor that obtains a BPA through this synopsis and solicitation may request authorization from the Contracting Office to order from General Supply Schedule contracts from the Contracting Officer.

3.19. Performance of this effort is UNCLASSIFIED. Contractor personnel without security clearances and proper additional entry authorization will require escorted access to WDI facilities at Redstone Arsenal, AL, or annexes in order to meet with Government personnel concerning WDI equipment acquisitions and to deliver or pick up equipment.

The Point of Contact for this solicitation is Mr. Jeffery Hestley, phone: 256-876-1647; E-mail: jeffery.d.hestley.civ@mail.mil. Contractor responses to this synopsis and solicitation must be submitted by email to Mr. Jeffery Hestley, jeffery.d.hestley.civ@mail.mil. The closing date and time is 09 August 2019, 4:00 p.m., CST.

Overview

Response Deadline
Aug. 9, 2019, 6:00 p.m. EDT Past Due
Posted
July 24, 2019, 10:11 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1050 Employees
Pricing
Multiple Types Common
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Blanket Purchase Agreement
On 7/24/19 ACC Redstone issued Synopsis Solicitation W31P4Q-19-R-0088 for Weapons Development and Integration Directorate Blanket Purchase Agreement due 8/9/19. The opportunity was issued full & open with NAICS 336419 and PSC 14.
Primary Contact
Title
Contract Specialist
Name
Jeffery D. Hestley   Profile
Phone
(256) 876-1647

Documents

Posted documents for Synopsis Solicitation W31P4Q-19-R-0088

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W31P4Q-19-R-0088

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W31P4Q-19-R-0088

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W31P4Q-19-R-0088

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RSA
FPDS Organization Code
2100-W31P4Q
Source Organization Code
500038573
Last Updated
Aug. 24, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 24, 2019