This is a combined synopsis/solicitation for bulk explosives prepared in accordance with the format in 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.
Solicitation 12639524Q0199 is issued as a request for quotation (RFQ).
This solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2024-05. The complete text of any of the clauses and provisions may be accessed in full text at https://www.acquisition.gov
This is a Firm Fixed Price (FFP) Total Small Business Set-aside with the associated NAICS Code of 325920, Explosives Manufacturing, with a size standard of 750 employees. The PSC is 1376.
Items Required:
CLIN Description Quantity Unit
0001 Liquid component (K12 or equivalent) 150 Each (EA)
0002 Solid component (K12 or equivalent) 150 Each (EA)
0003 Liquid component (K1 or equivalent) 2500 Each (EA)
0004 Solid Component (K1BB or equivalent) 2500 Each (EA)
0005 Dyno Nonel EZDet 16’ or equivalent 180 Each (EA)
0006 Dyno Nonel Lead Line 2500’/spool or equivalent 8 Spools (SO)
0007 Primacord 10 50 gr/ft or equivalent 1000 Feet (FT)
0008 IBQ Britanite #8 Fuse Cap or equivalent 1000 Each (EA)
0009 Martin & Shaft 2020 Fuse Lighters or equivalent 1100 Each (EA)
0010 Maxam Riodet 12' #0 or equivalent 200 Each (EA)
0011 Cobra Safety Fuse or equivalent 500 Each (EA)
Cost per unit must include all costs necessary to supply and deliver the items FOB Destination to North Carolina. If different labeling of the description is required, please create your own price schedule like the above and price equivalent.
Item Requirement Description:
Background
The USDA, APHIS, requires binary explosives which to be used in various applications such as, but not limited to:
1/2lb binary mix are used in smaller culverts. Must work to remove the beaver dam without causing damage to the culvert. Must be shaped for easy stacking with other explosives of the same make for increased explosive force. Must work with delayed blasts in concrete culverts.
1lb binary mix are used in larger culverts and open areas. Must work to remove the beaver dam without causing damage to the culvert and surrounding area. Must be shaped for easy stacking with other explosives of the same make for increased explosive force.
Minimum Specifications and Performance Requirements
The Quoter must supply complete specifications on the quoted binary explosives. Quoter must state whether specifications were derived from independent testing or in house testing.
Binary Explosive Performance and Characteristic Specification Requirements
Binary explosives are prepackaged products consisting of two separate components: oxidizer and fuel. When the components are combined, the resulting mixture is an explosive material subject to regulatory requirements found in 27 CFR, Part 555. The components are not explosive before mixing, do not have to be transported as explosives, and do not have to be stored as explosives.
Two components to be combined to form a cap sensitive explosive. The liquid component is mixed with the solid component. In five to fifteen minutes, the liquid will soak down to the bottom. It will be highly explosive. It must be able to be initiated with a number 8 detonator or 10 gram per meter detonating cord. When mixed, has a density of 1.2 grams/cubic centimeter, velocity of detonation of 6300 meters/second (27,000 feet per second), and a detonation pressure of 121 kiloBars.
Preference may be given for Binary components that do not consist of toxic components such as silver magnesium/silver phosphorus due to safety concerns. Preference will be notated at time of order. Preference may be given for binary explosives that do not require USDA employees to wear personal protective equipment (PPE) to handle during or after mixing.
Binary components must have a long shelf life when stored in their pre-mixed, inert state at the proper storage conditions. Instructions for proper storage must be included on the containers or with the shipments.
Delivery FOB Destination Location and Delivery Date:
USDA-APHIS-Wildlife Services
6213-E Angus Drive, Suite E
Raleigh, NC 27617
Items required by the first week of July 2024 or earlier if possible.
Interested Quoters must submit:
1) Quoter name, contact information, SAM Unique Entity ID number and verification of SAM.gov registration
2) Unit Pricing
3) Product Country of Origin (see also Buy American Certificate)
4) Proof of technical acceptability by providing:
a) Confirmation that delivery can be made first week of July 2024.
b) Written Certification about the binary explosive being quoted. Certification must include:
1. Complete product specifications applicable to type/component of the explosive (size of components available, make-up/chemicals used, ect.)
2. Detonation velocity, and
3. Detonation pressure or energy
Email your response/quote directly to Samantha Johnson at Samantha.johnson3@usda.gov before the time specified on this combined solicitation/synopsis.
Clauses and Provisions
The following Clauses and Provisions apply to this combined synopsis/solicitation:
Clause 52.204-13, System for Award Management Maintenance.
Clause 52.204-18, Commercial and Government Entity Code Maintenance.
Clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services.
Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Oct 2022).
-52.203-17, Contractor Employee Whistleblower Rights
-52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
-52.204-27, Prohibition on a ByteDance Covered Application
-52.204–28, Federal Acquisition Supply Chain Security Act Orders—Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts.
-52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
-52.219-6, Notice of Total Small Business Set-Aside
-52.219-28, Post Award Small Business Program Rerepresentation
-52.222-3, Convict Labor
-52.222-19, Child Labor-Cooperation with Authorities and Remedies
-52.222-21, Prohibition of Segregated Facilities
-52.222-26, Equal Opportunity
-52.222-36, Equal Opportunity for Workers with Disabilities
-52.222-50, Combating Trafficking in Persons
-52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
-52.225-1, Buy American-Supplies
-52.225-13, Restrictions on Certain Foreign Purchases
-52.232-33, Payment by Electronic Funds Transfer-System for Award Management
Provision 52.204-7 System for Award Management
Provision 52.204-16, Commercial and Government Entity Code Reporting
Provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services.
Provision 52.212-2, Evaluation—Commercial Products and Commercial Services. Evaluation criteria consist of Price and Technical Acceptability.
Provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services. It is advised that contractors submit a completed copy of the provision along with their quotation.
Quotations are due Monday, June 17th at 12:00pm CT.
For further information regarding this solicitation, please contract Samantha Johnson at samantha.johnson3@usda.gov