DESCRIPTION
This 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 only the solicitation; proposals are being requested and a formal solicitation will NOT be issued.
This is a Request for Quotation (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC25QCOAT for the Phenolic Coating of M116 Canister Assemblies.
The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07.
The NAICS code for this procurement is 332812 (Metal Coating, Engraving – Except Jewelry and Silverware - and Allied Services to Manufacturers). The small business size standard for this NAICS is 500 employees. The Product Service Code is 3426 (Metal Finishing Equipment).
Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is https://sam.gov/content/home.
ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL
DESCRIPTION OF REQUIREMENT
CLIN 0001: First Article Testing (FAT)
Quantity: 1 Lot
*1 Lot = 15 Each of CLIN 0002, 0003, 0004, and 0005 in accordance with all Drawing Numbers listed below
** 15 parts (each item) FAT required on all four (4) individual parts. Salt Spray testing will need to meet SPEC MIL-C 51358. Acid cleaning shall not be used. Include all the material certs, any salt spray results, and process controls used.
CLIN 0002: M1 Closing Disk
Quantity: 1 Lot
In accordance with Drawing Number: 15-11-37 Rev K
*1 Lot = 9,729 Each
CLIN 0003: M2 Closing Disk
Quantity: 1 Lot
In accordance with Drawing Number: 15-11-37 Rev K
*1 Lot = 3,233 Each
CLIN 0004: M1 Canister Assembly
Quantity: 1 Lot
In accordance with Drawing Number: 15-11-38 Rev H
*1 Lot = 9,729 Each
CLIN 0005: M2 Canister Assembly
Quantity: 1 Lot
In accordance with Drawing Number: 15-11-46 Rev J
*1 Lot = 3,233 Each
**Cleaning treatment SPEC TT-C-490 method II and III followed with surface treatment NO. 5.3.2.3, MIL-STD-171 to all surfaces. After surface treatment, apply and bake all inside surfaces with a Varnish, Phenolic, Baking – Type III MIL-DTL-12276. 15-piece FAT for each of the 4 individual parts with certificates matching. Acid cleaning and abrasive blast SHALL NOT be used. Salt spray 2 hours per MIL-DTL-51358 reference to MIL-DTL-16232 Type Z Class 3 Table II.
See Attachment 0001 Phenolic Coating Drawings and Attachment 0002 Clarification of Salt Spray Requirements for more information regarding the specifications of the Phenolic Coating requirement.
A list of Government Furnished Property (GFP) is provided in Attachment 0003 – Government Furnished Property List.
TYPE OF ACQUISITION AND CONTRACT
This acquisition is issued as Small Business Set Aside. Award will be made using Lowest Total Price who is responsible and whose offer is in accordance with all the solicitation requirements, which will then result in a single award Firm Fixed Price Purchase Order.
DELIVERY AND LOCATION
CLIN Description Suggested Lead Time
0001 First Article Testing (FAT) 4 Weeks After Award
0002 M1 Closing Disk; 1 LO 01 May 2025
0003 M2 Closing Disk; 1 LO 01 May 2025
0004 M1 Canister Assembly; 1 LO 01 May 2025
0005 M2 Canister Assembly; 1 LO 01 May 2025
NOTE: Early delivery is acceptable at no additional cost to the Government.
Delivery will be FOB Destination at the following address:
Crane Army Ammunition Activity
Building 148
300 Highway 361
Crane, IN 47522-5001
* The Government shall provide VCI (rust preventative) bags to the contractor. The coated parts shall be delivered to the Government in these bags.
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. A Certificate of Conformance IAW Attachment 0002 is also required and shall include the Lot Number upon submission.
QUOTE SUBMISSION REQUIREMENTS
Offerors shall submit the following in response to this solicitation:
- Price – Offerors must submit Completed Pricing Sheet at Attachment 0003. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places.
- Completed Clause at Attachment 0004 – FAR 52.204-24, paragraph (d)(1) and (d)(2)
- Completed Provisions at Attachment 0005 – FAR 52.212-3 Alt 1, paragraph (b) only.
BASIS FOR AWARD
Award will be made to the offeror who provides the Lowest Total Price, is responsible and whose offer is in accordance with all the solicitation requirements
Total Price is calculated as the sum of CLIN 0001, CLIN 0002, CLIN 0003, CLIN 0004, and CLIN 0005.
LISTING OF ATTACHMENTS
Attachment 0001 – Phenolic Coating Drawings
Attachment 0002 - Clarification of Salt Spray Requirements
Attachment 0003 – Government Furnished Property List
Attachment 0004 – Lot Number Instruction
Attachment 0005 - Price Sheet
Attachment 0006 – FAR 52.204-24
Attachment 0007 – FAR 52.212-3 Alt 1
Attachment 0008 – Solicitation Provisions & Clauses
JCP ACCESS OF RESTRICTED DRAWINGS
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 Join 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.
DEADLINE FOR SUBMISSION
Offers are due on 31 December 2024 no later than 12:30 PM Central Time. No further extensions will be allowed at this time.
Offers shall be submitted in the following way:
Electronically via email to the Contract Specialist, Bridget Garnica at bridget.m.garnica.civ@army.mil and Contracting Officer, Bryce Willett at bryce.t.willett.civ@army.mil. Offerors shall include “W519TC25QCOAT Response – [Insert Offeror’s Name]” within the Subject line.
QUESTIONS
Questions shall be submitted in the same manner as quotes; electronically via email to the Contract Specialist and Contracting Officer listed above.
**Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received 72 hours prior to close of the solicitation may not be considered.
End of Addendum 52.212-1
________________________________________________________________________________________________________
The purpose of Amendment 0001 is to incorporate questions and answers and can be found in the list of attachments associated with this solicitation. These questions and answers are titled “Attachment 0009 Questions & Answers; 23DEC2024.” The solicitation response due date has been extended to 31 December 2024.