Maryland Bids > Bid Detail

Bulk Metal Materials

Agency:
Level of Government: Federal
Category:
  • 96 - Ores, Minerals, and Their Primary Products
Opps ID: NBD00159546879853866
Posted Date: Sep 20, 2023
Due Date: Sep 29, 2023
Source: https://sam.gov/opp/fb83fc68d0...
Follow
Bulk Metal Materials
Active
Contract Opportunity
Notice ID
W911QX-23-Q-0211
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: Sep 20, 2023 01:51 pm EDT
  • Original Date Offers Due: Sep 29, 2023 11:59 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9640 - IRON AND STEEL PRIMARY AND SEMIFINISHED PRODUCTS
  • NAICS Code:
    • 331110 - Iron and Steel Mills and Ferroalloy Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

(i) 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.







(ii) The solicitation number is W911QX-23-Q-0211. This acquisition is issued as an Request for Quotation (RFQ).





(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.





(iv) The associated NAICS code is 331110. The small business size standard is 1,500 employees.





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





CLIN 0001: Steel Alloy 1018. The Contractor shall perform as described in accordance with the attached Salient Characteristics. Unit of Measure is Each.





CLIN 0002: Steel 12L14. The Contractor shall perform as described in accordance with the attached Salient Characteristics. Unit of Measure is Each.





CLIN 0003: Aluminum 7075. The Contractor shall perform as described in accordance with the attached Salient Characteristics. Unit of Measure is Each.





CLIN 0004: Stainless Steel 17-4. The Contractor shall perform as described in accordance with the attached Salient Characteristics. Unit of Measure is Each.





CLIN 0005: Stainless Steel 316. The Contractor shall perform as described in accordance with the attached Salient Characteristics. Unit of Measure is Each.





(vi) Description of requirements: See attached document titled Salient Characteristics.





(vii) Delivery is required 16 weeks after award. Delivery shall be made to U.S. Army Research Laboratory Bldg 321 Shipping/Receiving Area 6375 Johnson Road, Aberdeen Proving Ground, Aberdeen, MD 21005. Acceptance shall be performed at U.S. Army Research Laboratory Bldg 321 Shipping/Receiving Area 6375 Johnson Road, Aberdeen Proving Ground, Aberdeen, MD 21005. The FOB point is Destination.





(viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE





(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:





Evaluation Criteria (Lowest Price Technically Acceptable) - The specific evaluation criteria to be used are as follows:





The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors.





The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.





Past performance will not be evaluated. The Contracting Officer determines that past performance need not be evaluated because the supplies being purchased are of a low complexity that past performance would not make a substantial difference.





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





(xi) 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 NONE





(xii) 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:





FAR:



52.202-1, DEFINITIONS (JUN 2020)



52.203-3, GRATUITIES (APR 1984)



52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020)



52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUN 2020)



52.204-27, PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)



52.209-6, PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)



52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2022)



52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (DEVIATION 2023-O0002) (SEP 2023)



52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2023)



52.222-3, CONVICT LABOR (JUN 2003)



52.222-19, CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) (DEC 2022)



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



52.222-26, EQUAL OPPORTUNITY (SEP 2016)



52.222-35, EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)



52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)



52.222-37, EMPLOYMENT REPORTS ON VETERANS (JUN 2020)



52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)



52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021)



52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (MAY 2022)



52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020)



52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021)



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





DFARS:



*252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022)



*252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)



252.204-7015, NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (JAN) 2023



*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 (MAY 2021)



252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)



*252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (MAR 2022)



252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (JAN 2023)



*252.215-7007, NOTICE OF INTENT TO RESOLICIT (JUN 2012)



*252.215-7008, ONLY ONE OFFER (DEC 2022)



252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JAN 2023)



252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JAN 2023)



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



252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022)



252.225-7052 RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS, TANTALUM, AND TUNGSTEN (JAN 2023)



*252.225-7974, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (MAY 2022)



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



252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2022)



252.244-7000, SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES (JAN 2023)



252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)





(xiii) 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 PROVISIONS:



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



52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)



52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)



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



52.215-1 INSTRUCTIONS TO OFFERORS-COMPETITIVE ACQUISITION (NOV 2021)



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





FAR/DFARS CLAUSES:



52.204-13: SYSTEM FOR AWARD MANAGEMENT (OCT 2018)



52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)



52.204-19: INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)



52.204-21, BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021)



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



52.232-39: UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)



52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023)



52.247-34 F.O.B. DESTINATION (NOV 1991)



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



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



252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016)



252.204-7012: SAFEGUARDING COVERDED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (JAN 2023)



252.211-7003: ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)



252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018)



252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)







ADELPI LOCAL INSTRUCTION PROVISIONS:



EXCEPTIONS IN PROPOSAL



AWARD OF CONTRACT



ADELPHI CONTR. DIVISION URL



FOREIGN NATIONALS PERFORMING



PAYMENT TERMS





ADELPHI LOCAL INSTRUCTION CLAUSES:



ACC - APG POINT OF CONTACT



TECHNICAL POINT OF CONTACT



TYPE OF CONTRACT



GOV INSPECTION AND ACCEPTANCE



TAX EXEMPTION CERTIFICATE (ARL)



PAYMENT INSTRUCTIONS



RECEIVING ROOM – APG







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





(xv) The following notes apply to this announcement:



In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.





(xvi) Offers are due on seven (7) business days after posting by 11:59 AM EST, via email to zachary.a.dowling2.civ@army.mil.




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
  • Sep 20, 2023 01:51 pm 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 >