Maryland Bids > Bid Detail

SMALL BUSINESS SET-ASIDE FOR Five (5) Stainless-Steel Grade 304L Hot Rolled and Pickled (HRAP) plate

Agency:
Level of Government: Federal
Category:
  • 95 - Metal Bars, Sheets, and Shapes
Opps ID: NBD00159380445555060
Posted Date: Oct 13, 2023
Due Date: Oct 20, 2023
Source: https://sam.gov/opp/ee4b52473a...
Follow
SMALL BUSINESS SET-ASIDE FOR Five (5) Stainless-Steel Grade 304L Hot Rolled and Pickled (HRAP) plate
Active
Contract Opportunity
Notice ID
W911QX-24-Q-0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG ADELPHI
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 13, 2023 10:17 am EDT
  • Original Date Offers Due: Oct 20, 2023 11:59 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9515 - PLATE, SHEET, STRIP, FOIL, AND LEAF
  • NAICS Code:
    • 331110 - Iron and Steel Mills and Ferroalloy Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

Combination Synopsis-Solicitation for Commercial Purchases Under Simplified Acquisition Threshold (SAT)




  1. Solicitation Number: W911QX-24-Q-0004

  2. Title: SMALL BUSINESS SET-ASIDE FOR Five (5) Stainless-Steel Grade 304L Hot Rolled and Pickled (HRAP) plate

  3. Classification Code: 9515

  4. NAICS Code: 331110

  5. Response Date: 5 (five) Days after posting due via email to the Primary Point of Contact listed in the SAM.gov webpage for this combined synopsis-solicitation.

  6. Description:



Disclaimer: This 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; proposals are being requested and a written solicitation will not be issued.



NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:



THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.



This acquisition is issued as a Request for Quote (RFQ).



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 effective 23 September 2023.



For purposes of this acquisition, the associated NAICS code is 331110. The small business size standard is 1500 Employees.



Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):



CLIN STRUCTURE (SUBJECT TO CHANGE):



CLIN 0001: Five (5) Steel Plates



Specifications/Requirement:




  1. Material shall be a Stainless-Steel Grade 304L Hot Rolled and Pickled (HRAP) plate.

  2. Shall meet American Society for testing and materials (ASTM) A 240/M ED.2017

  3. Plates shall have the following dimensions:

    1. 1-1/2 inch thickness

    2. 72 inch width

    3. 144 inch length



  4. Must include shipping in quotation.

  5. Delivery should be two (2) weeks after receipt of order (ARO).



Delivery: Delivery is required within two (2) weeks ARO. Delivery shall be made to U.S. Army Research Laboratory, 6375 Johnson Road BLDG 321, Aberdeen[AE1] I Proving Ground MD 21005. Acceptance shall be performed at U.S. Army Research Laboratory, 6375 Johnson Road, Aberdeen Proving Ground MD 21005. The FOB point is Destination.



Clauses:




  1. The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision:



In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.




  1. Evaluation Criteria - The specific evaluation criteria to be used are as follows:



In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):



Price



Technical Capabilities/Specification



Past Performance:




  1. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

  2. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause N/A

  3. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:





COMMERCIAL ACQUISITION PROVISIONS & CLAUSES (DFARS):




  • 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER



SUBCONTRACT AWARDS (OCT 2018)




  • 52.209-6 PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)

  • 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS

  • 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)

  • 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (MAY 2020)

  • 52.219-33 NONMANUFACTURER RULE (MAR 2020)

  • 52.222-3 CONVICT LABOR (JUN 2003)

  • 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020)

  • 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)

  • 52.222-26 EQUAL OPPORTUNITY (SEP 2016)

  • 52.222-35 EQUAL OPPORTUNITY FOR VETERANS

  • 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)

  • 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF VIETNAM ERA, AND OTHER ELIGIBLE VETERANS

  • 52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019)

  • 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

  • 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

  • 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)

  • 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)





COMMERCIAL ACQUISITION PROVISIONS & CLAUSES (DFARS):




  • 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)

  • 252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)

  • 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)

  • 252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)

  • 252.204-7017 PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION (DEC 2019)

  • 252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019)

  • 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM—STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018)

  • 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)

  • 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017)

  • 252.225-7974 DEVIATION 2020-O0005 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (FEB 2020)

  • 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)

  • 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)

  • 252.246-7008 SOURCES OF ELECTRONICS PARTS (MAY 2018)

  • 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)



The following additional contract requirement(s) or terms and conditions apply:



FAR:




  • 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017)

  • 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

  • 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)

  • 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)

  • 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)

  • 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)

  • 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)

  • 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)





DFARS:




  • 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

  • 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)

  • 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)

  • 252.223-7999 ENSURING ADEQUATE COVID - 19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS

  • 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)

  • 252.232-7017 ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS—PROHIBITION ON FEES AND CONSIDERATION (APR 2020)




  1. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):





FAR/DFARS FILL-IN CLAUSES:




  • 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020)

  • 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020)

  • 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

  • 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

  • 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)

  • 252.232-7006 WIDE AREA WORKLFLOW PAYMENT INSTRUCTIONS





ADEPLHI LOCAL CLAUSES:



ACC - APG POINT OF CONTACT

TECHNICAL POINT OF CONTACT

TYPE OF CONTRACT

GOV INSPECTION AND ACCEPTANCE

PAYMENT OFFICE (BANKCARD

TAX EXEMPTION CERT. (ARL)

PAYMENT INSTRUCTIONS

RECEIVING ROOM REQUIREMENT – APG

DUTY-FREE ENTRY

APPLICABLE FOREIGN ACQUISITION PROVISIONS AND CLAUSES

EXCEPTIONS IN PROPOSAL

AWARD OF CONTRACT

ADELPHI CONTR. DIVISION URL

FOREIGN NATIONALS PERFORMING

PAYMENT TERMS




  1. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.

  2. The following notes apply to this announcement: Offers are due five (5) business days after posting by 12:00PM Eastern Standard Time (EST).



Place of Performance:



Us Army Research Laboratory

6375 Johnson Rd,

Aberdeen Proving Ground, MD 21005



Set Aside: N/A


Attachments/Links
Contact Information
Contracting Office Address
  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 13, 2023 10:17 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >