MJU 67B Cases

expired opportunity(Expired)
From: Federal Government(Federal)
W519TC-23-Q-CASE

Basic Details

started - 02 May, 2023 (12 months ago)

Start Date

02 May, 2023 (12 months ago)
due - 06 May, 2023 (11 months ago)

Due Date

06 May, 2023 (11 months ago)
Bid Notification

Type

Bid Notification
W519TC-23-Q-CASE

Identifier

W519TC-23-Q-CASE
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709057)DEPT OF THE ARMY (133116)AMC (72617)ACC (74992)ACC-CTRS (32894)ACC RI (3349)W6QK ACC-RI (1993)

Attachments (7)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

DESCRIPTION MJU 67B CasesThis is a combined synopsis/solicitation for commercial products or commercial services 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 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 W519TC23QCASE.The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-002.The NAICS code for this procurement is 331315; the small business size standard is 1,250 employees. The Product Service Code is 9515.Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is
target="_blank">https://www.sam.gov/.Addendum to 52.212-1 DESCRIPTION OF REQUIREMENTCLIN 0001: MJU 67B Piston – Case, Mach Alum F/Various MJU First Article Testing; Quantity 10 each. In accordance with Drawing 3904AS101 Rev. E., as found in Attachment 0001.CLIN 0002: MJU 67B Case, Mach Alum F/Various MJU Production; Quantity 17,500 each. In accordance with Drawing 3904AS101 Rev. E., as found in Attachment 0001.A Certified Material Analysis is required for each item for each delivery. See Attachment 0009.JCP ACCESS OF RESTRICTED DRAWINGSDRAWING ACCESS (See additional Technical Data Package Instructions in Attachment 0003)The drawings associated with this acquisition are Distribution Level D, authorized to the Department of Defense (DoD) and U.S. DoD contractors ONLY. All firms must be registered in the Joint Certification Program (JCP) in order to access the drawings associated with this solicitation. The address for registration is https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Registration requires completion of the DD Form 2345. Firms are required to have a current valid Cage Code in order to register.NOTE: THE DD FORM 2345 MAY BE SUBMITTED ELECTRONICALLY. DIRECTIONS FOR ELECTRONIC SUBMISSION ARE LOCATED AT THE FOLLOWING SITE, UNDER “SUBMITTING THE DD FORM 2345”https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx Access to the drawings is restricted to the data custodian listed on the DD Form 2345.*NOTE: When requesting access to the drawings, the company CAGE CODE should be entered within the “Reason for Request” block.TYPE OF ACQUISITION AND CONTRACTThis Request for Quote, access to drawings, and any ultimate Award, is open to Small Business Set-Asides, in accordance with the Synopsis associated with this Solicitation.DELIVERY AND LOCATIONCLIN Description Delivery Date0001 MJU 67B Cases – First Article Testing Four (4) weeks after contract award 0002 MJU 67B Cases Production Suggested delivery date eight (8) weeks after FAT- AcceptanceEarly deliveries on Production quantities will be accepted.Delivery will be FOB Destination to Crane Army Ammunition Activity, 300 Highway 361, Building 148, Crane, IN 47522-5001, in accordance with the following:Crane Army Ammunition Activity Delivery Instructions:CAAA receiving hours are 0700 – 1430, Mon - Thurs BY APPOINTMENT ONLY; Includes Inert & Freight All Kind (FAK). Appointments shall 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.PACKAGING AND MARKING REQUIREMENTS Preservation, Packaging, and Packing shall be in accordance with ASTM D 3951 (Commercial Packaging).Each shipment shall be marked with an identifiable Lot Number. This Lot Number shall be created in accordance with Attachment 0004. The Lot Number shall also be included on the Certificate of Analysis as found in Attachment 0002.QUOTE/PROPOSAL SUBMISSION REQUIREMENTSOfferors shall submit the following in response to this solicitation:Price – Offeror must submit Completed Pricing Sheet at Attachment 0008. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places.Complete Provision at Attachment 0006 – FAR 52.212-3 Alt 1, paragraph (b) only.Complete Provision at Attachment 0007 – FAR 52.204-24.BASIS FOR AWARDThe Government intends to make an award after determination that the price is reasonable, and the offeror is responsible.Price Analysis shall be used to determine price reasonableness; additional methods of price analysis may be used as determined by the contracting officer. These methods of evaluation may include information/input from sources such as (but not limited to) other Governmental agencies and personnel. The Government reserves the right to require the submission of any data (i.e., Data other Thank Certified Cost or Pricing Data necessary to validate the reasonableness of an offer.Total price is calculated as the total sums of CLINS 0001 and 0002.In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions.LISTING OF ATTACHMENTSAttachment 0001 – Drawing 3904AS101 Rev. EAttachment 0002 – Certificate of Analysis Material REMOVED, REFERENCE ATTACHMENT 0009 - Certificate of Analysis MaterialAttachment 0003 – Technical Data Package InformationAttachment 0004 – Lot Number InstructionsAttachment 0005 – Pricing Matrix REMOVED, REFERENCE ATTACHMENT 0008 - Pricing MatrixAttachment 0006 – Completed Provision, FAR 52.212-3 Alt 1Attachment 0007 – Submittal Requirement, Provision, FAR 52.204-24Attachment 0008 - Pricing Matrix - REPLACES ATTACHMENT 0005Attachment 0009 - Certificate of Analysis Material - REPLACES ATTACHMENT 0002 - Certificate of Analysis MaterialDEADLINE FOR SUBMISSIONOffers are due on May 5, 2023, no later than 11:59 p.m. Central Time.Offers shall be submitted in the following way:Electronically via email to Rachael Padavich, Contract Specialist, rachael.s.padavich.civ@army.mil and Cindy Wagoner, Contracting Officer, cindy.k.wagoner.civ@army.mil. Offerors shall include “W519TC-23-Q-CASE - Response – [Insert Offeror’s Name]” within the Subject line.QUESTIONSQuestions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer**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.End of Addendum FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services.SOLICITATION PROVISIONSThe following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://www.acquisition.gov):FAR 52.204-7 System for Award Management (OCT 2018)FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)FAR 52.204-17 Ownership or Control of Offeror (AUG 2020)FAR 52.204-20 Predecessor of Offeror (AUG 2020)FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021); SEE ATTACHMENT 0007FAR 52.204-26 Covered Telecommunications Equipment or Services—Representation (OCT 2020)FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (MAR 2023)FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I (DEC 2022); SEE ATTACHMENT 0006FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999)FAR 52.222-25 Affirmative Action Compliance (APR 1984)DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022)DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services-- Representation (DEC 2019)DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation (MAY 2021)DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. (MAR 2022)DFARS 252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022)CLAUSES The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquisition.gov):FAR 52.204-13 System for Award Management Maintenance (OCT 2018)FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)FAR 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (DEC 2022)FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (MAR 2023)FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020)FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements of Statements (JAN 2017)FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021)FAR 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations ( NOV 2015)FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (JUN 2010)FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)FAR 52.219-28 Post-Award Small Business Program Rerepresentation (MAR 2023)FAR 52.222-3 Convict Labor (JUNE 2003)FAR 52.222-19 Child Labor—Cooperation with Authorities and Remedies (DEC 2022)FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015)FAR 52.222-26 Equal Opportunity (SEP 2016)FAR 52.222-37 Employee Reports on Veterans (JUN 2020)FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)FAR 52.222-50 Combating Trafficking in Persons--Alternate I (NOV 2021)FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)FAR 52.224-3 Privacy Training (JAN 2017)FAR 52.232-33 Payment by Electronic Funds Transfer—System for Award Management (OCT 2018)FAR 52.222-50 Combating Trafficking in Persons (NOV 2021)FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)FAR 52.233-3 Protest after Award (AUG 1996)FAR 52.247-34 F.o.B. Destination (NOV 1991)DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992)DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (JAN 2023)DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023)DFARS 252.211-7007 Reporting of Government Furnished Property (MAR 2022)DFARS 252.225-7048 Export-Controlled Items (JUNE 2013)DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)DFARS 252.232-7010 Levies on Contract Payments (DEC 2006)DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors-- Prohibition on Fees and Consideration (MAR 2023)DFARS 252.244-7000 Subcontracts for Commercial Products or Commercial Services Items (JAN 2023)252.247-7023 Transportation of Supplies by Sea-Basic (JAN 2023)Addendum to 52.212-4 FAR 52.247-34, F.o.b. Destination (NOV 1991)End of Addendum 52.212-4 The following clause(s) are provided in full text: FAR 52.209-4, First Article Approval – Government Testing (SEP 1989) (a) The Contractor shall deliver 10 each of Line Item 0001 to be determined from the date of this contract to the Government at Crane Army Ammunition Activity, 300 Highway 361, Building 148, Crane IN 57422 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 7 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 submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select 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 the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to 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 the Default 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 paragraphs (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/or the 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 previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver.(End of clause)DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (JAN 2023) (a) Definitions. As used in this clause—“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.“Payment request” and “receiving report” are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.(c) WAWF access. To access WAWF, the Contractor shall—(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:(1) Document type. The Contractor shall submit payment requests using the following document type(s):(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.(ii) For fixed price line items—(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.RECEIVING REPORT/INVOICE (COMBO) ____________________________________________________________(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.(iii) For customary progress payments based on costs incurred, submit a progress payment request.(iv) For performance based payments, submit a performance based payment request.(v) For commercial financing, submit a commercial financing request.(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.[Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.](3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.Routing Data Table*Field Name in WAWFPay Official DoDAAC HQ0303Issue By DoDAAC W519TCAdmin DoDAAC** W519TCInspect By DoDAAC W53W9LShip To Code W53W9LShip From Code N/AMark For Code N/AService Approver (DoDAAC) N/AService Acceptor (DoDAAC) N/AAccept at Other DoDAAC N/ALPO DoDAAC N/ADCAA Auditor DoDAAC N/AOther DoDAAC(s) N/A(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.(g) WAWF point of contact.(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.Rachael Padavich at rachael.s.padavich.civ@army.mil or Cindy Wagoner at cindy.k.wagoner.civ@army.mil.______________________________________________________________________(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.(End of clause)AMENDMENT 1The purpose of Amendment 1 is to provide answers to questions received, correct inconsistencies within this solicitation and update LISTING OF ATTACHMENTS.LISTING OF ATTACHMENTSAttachment 0001 – Drawing 3904AS101 Rev. EAttachment 0002 – Certificate of Analysis Material Attachment 0003 – Technical Data Package InformationAttachment 0004 – Lot Number InstructionsAttachment 0005 – Pricing Matrix REMOVED, REFERENCE ATTACHMENT 0008 - Pricing MatrixAttachment 0006 – Completed Provision, FAR 52.212-3 Alt 1Attachment 0007 – Submittal Requirement, Provision, FAR 52.204-24Attachment 0008 - Pricing Matrix - REPLACES ATTACHMENT 0005Question 1: In the pricing matrix is the below a typo? Should it be MJU 67B or is there a MJU 97B? The FAT calls out MJU67.Response: The pricing matrix has been updated to state MJU 67B for both the FAT and Production Quantity. Attachment 0008 will be replacing Attachment 0005 that will be removed from solicitation. Completed Pricing Sheet at Attachment 08. All yellow-highlighted sections shall be completed. Prices shall be stated in two (2) decimal places.Question 2: Do you want freight included in unit price or priced as a separate line item?Response: The unit price should include setup, transportation costs, as well as any other costs associated to manufacture and ship the item.Question 3: In the body of comments in SAM.GOV it references 40 pieces for FAT, but the price matrix is 10. Can you confirm which quantity would be needed?Response: This amendment will be changing the quantity from 40 pieces to 10 each. Clause FAR 52.209-4, First Article Approval – Government Testing (SEP 1989) (see above) has been updated to relect this.AMENDMENT 2The purpose of this Amendment is to extend the closing date to May 2, 2023.AMENDMENT 3The purpose of this Amendment 3 is to answer questions received, correct inconsistencies in Attachment 0002 – Certificate of Analysis Material, and update LISTING OF ATTACHMENTS and extend the solicitation.Question 1: The certified material test report lists the drawing for this item as Revision F. However, the drawing attached on Sam is listed as Revision E. The material listed on the CERT is the same as what is listed on the drawing, confirm that I am viewing the correct drawing for this procurement.Response: Drawing 3904AS101 Rev F has been updated to Drawing 3904AS101 Rev E on the Certificate of Analysis Material. Attachment 0009 will be replacing Attachment 0002 that will be removed from solicitation. As a result to the response of this question, the solicitation is being extended to May 5, 2023.LISTING OF ATTACHMENTSAttachment 0001 – Drawing 3904AS101 Rev. EAttachment 0002 – Certificate of Analysis Material REMOVED, REFERENCE ATTACHMENT 0009 - Certificate of Analysis MaterialAttachment 0003 – Technical Data Package InformationAttachment 0004 – Lot Number InstructionsAttachment 0005 – Pricing Matrix REMOVED, REFERENCE ATTACHMENT 0008 - Pricing MatrixAttachment 0006 – Completed Provision, FAR 52.212-3 Alt 1Attachment 0007 – Submittal Requirement, Provision, FAR 52.204-24Attachment 0008 - Pricing Matrix - REPLACES ATTACHMENT 0005Attachment 0009 - Certificate of Analysis Material - REPLACES ATTACHMENT 0002 - Certificate of Analysis MaterialAMENDMENT 4The purpose of Amendment 4 is to answer questions received.Question: Upon review of this procurement, I am unsure if CLIN0001 and CLIN0002 are two separate items or if they are the same item. They both are listed as corresponding to the same drawing which only has a depiction of one item. Can you please advise on the differentiation between CLIN0001 and CLIN0002?Response: Both CLIN 0001 and CLIN 0002 are for MJU 67B Cases. CLIN 0001 is the First Article Testing (FAT) which will be completed and approved prior to manufacturing CLIN 0002 Production Quantity.

ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE  ROCK ISLAND , IL 61299-0000  USALocation

Place Of Performance : ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE ROCK ISLAND , IL 61299-0000 USA

Country : United StatesState : Illinois

Classification

naicsCode 331315Aluminum Sheet, Plate, and Foil Manufacturing
pscCode 9515Plate, Sheet, Strip, Foil, and Leaf