FBO Notice Date 11/06/19
BIDS Reference Number 573
Document Type: Combined Synopsis
Nonmetallic Fabricated Materials

Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 61299-8000

93 -- Compression Pad/Rubber Seal SOL W52P1J-20-Q-SILG DUE 112119Lorraine Geren, Contract Specialist, Phone 3097826757, Email lorraine.geren.civ@mail.mil - Cindy K. Wagoner, Contracting Officer, Phone 3097820182, Email cindy.k.wagoner.civ@mail.milThis 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-20-Q-SILG.

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06.

The NAICS code for this procurement is 325212; the small business size standard is 1,000 employees. The Federal Supply Code is 9320.

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
The following description applies to both Item #1 and Item #2 (CLINs 0001, 1001, 0002 and 1002):

Material shall be Saint Gobain R10480M
"Kiss Cut" is required
Shall have backing adhesive easy release liner/acrylic adhesive
Pads shallbe on a roll or on a sheet. No individual pads

ITEM #1: COMPRESSION PAD

*Description: Dimensions shall be 1.000" + 0.00" - 0.07" indiameter, and 0.375" ± 0.047 inches thick

CLIN 0001: First Article Test (FAT) Quantity, Compression Pad
Quantity: 5 each

CLIN 1001: Production Quantity, Compression Pad
Quantity: 93,000 each

ITEM #2: RUBBER SPACER

*Description: Dimensions shall be 1.750" ± .030" x .810" ±.030" x 3/8 inches thick

CLIN 0002: FirstArticle Test (FAT) Quantity, Rubber Spacer
Quantity: 5 each

CLIN 1002: Production Quantity, Rubber Spacer
Quantity: 43,000 each

Material Certification Test Report: A Material Certification Test Report shall accompany each delivery. See Attachment 01 (for CLINs 0001 and 1001) and Attachment 02 (for CLINs 0002 and 1002).

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

DELIVERY and LOCATION

The Delivery Dates are as follows:

CLIN Description Delivery Date
0001 FAT Quantity, Compression Pads 14 weeks after Award (or earlier)

1001 Production Qty, Compression Pads 2 Weeks after FAT approval (or earlier)
*SEE BELOW

0002 FAT Quantity, Rubber Spacer 14 weeks after Award (or earlier)

1002 Production Qty, Rubber Spacer 2 Weeks after FAT approval (or earlier)
*SEE BELOW

*Production Deliveries for CLINs 1001 and 1002 shall be: 10,000 each delivered 2 weeks after FAT Approval. 10,000 each delivered every 2 weeks after the first production delivery, until all production quantity is delivered.

NOTE: Early delivery is acceptable at no additional cost to the Government.

Delivery shall be FOB Destination to Crane Army Ammunition Activity, Building 148, 300 Highway 361, Crane, Indiana 47522-5001, in accordance with the following:

Crane Army Ammunition Activity Delivery Instructions

CAAA receiving hours are 0700 - 1430 BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK); Mon - Thurs; 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.

QUOTE SUBMISSION REQUIREMENTS
Offerors shall submit the following in response to this Solicitation:

(1) Pricing Sheet at Attachment 03 (offerors must fill in all yellow-highlighted areas)
(2) Statement that offered prices reflect use of Saint Gobain R10480M material

*Respondents must provide prices for all CLINs on the pricing sheet.

*Prices shall be submitted to 2 decimal places only

LISTING OF ATTACHMENTS
Attachment 01, Certified Material Test Report (CLINs 0001 and 1001)
Attachment 02, Certified Material Test Report (CLINs 0002 and 1002)
Attachment 03, Pricing Sheet

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.

Total Price is calculated as: CLIN 0001 Price plus CLIN 1001 Price plus CLIN 0002 Price plus CLIN 1002 Price

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.

DEADLINE FOR QUOTE SUBMISSION

Offers are due on November 21, 2019, not later than 12:00 p.m.Central Time.

Offers shall be submitted in the following way:

Electronically via email to the Contract Specialist lorraine.geren.civ@mail.mil and Contracting Officer cindy.k.wagoner.civ@mail.mil Offerors should include "Response to W52P1J-20-Q-SILG" 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 theearliest 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
FAR 52.204-10, Reporting Executive Compensation and First-TierSubcontract Awards
FAR 52.209-6, Protecting the Government's Interest WhenSubcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.219-6, Notice of Total Small Business Set-Aside
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 52.222-50, Combating Trafficking in Persons
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
FAR52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management.
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 52.225-1, Buy American - Supplies
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
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 252.204-7008, 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 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations
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 252.244-7000, Subcontracts for Commercial items
DFARS 252.247-7023, Transportation of Supplies by Sea

The following clause is provided in full text:

FAR 52.209-4, First Article Approval-Government Testing

(a) The Contractor shall deliver 5 unit(s) of Contract Line Items 0001 and 0002 within 14 weeks from the date of this contract to the Government at Crane Army Ammunition Activity, Building 48, 300 Highway 361, Crane IN 47522 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract.

(b) Within 10 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval.

(c) If the first article is disapproved, the Contractor, upon Government request, shall submitan additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article orselect another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves theright to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government relatedto these tests.

(d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of theDefault clause of this contract.

(e) Unless otherwise provided in the contract, the Contractor --
(1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and
(2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense.

(f) If the Government does not act within the time specified in paragraph (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/orthe contract price, and any other contractual term affected by the delay.

(g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test.

(h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for
(1) progress payments, or
(2) termination settlements if the contract is terminated for the convenience of the Government.

(i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previouslyfurnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver.

CITE: https://www.fbo.gov/notices/a1cdebc00e14b3ba62bf5f1554c537ab

SET-ASIDE: Total Small Business