Army Contracting Command – Rock Island hereby issues Amendment 02 to PANROC-25-P-0000006971 for procurement of HDPE Countertops in support of RIA-JMTC.
The purpose of Amendment 02 is to provide answers to industry questions.
1. The drawings in Attachment 0003 -Drawings_11E421007 and 11E421008_PANROC-25-P-0000 006971 are blurry. Can you confirm the tolerances?
a. Attachment 0003 -Drawings_11E421007 and 11E421008_PANROC-25-P-0000 006971 has been reuploaded for better visual clarity.
The date and time for proposal submission remains unchanged.
___________________________________________________________________________________________________
Army Contracting Command – Rock Island hereby issues Amendment 01 to PANROC-25-P-0000006971 for procurement of HDPE Countertops in support of RIA-JMTC.
The purpose of Amendment 01 is to provide answers to industry questions.
1. What size countertops are you looking for?
a. Both countertops, 11E421007 and 11E421008 are 80.19” x 30” x 1”
The date and time for proposal submission remains unchanged.
___________________________________________________________________________________________________
ADDENDUM TO FAR 52.212-1 – INSTRUCTIONS TO OFFERORS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023)
Army Contracting Command Rock Island (ACC-RI) is issuing this Request for Quote (RFQ) for the purchase and delivery of High Density Polyethylene (HDPE) Countertops in support of the Rock Island Arsenal-Joint Manufacturing and Technology Center (RIA-JMTC). See product description for additional details.
This RFQ is issued in accordance with (IAW) Federal Acquisition Regulation (FAR) Parts 12 - Acquisition of Commercial Products and Commercial Services and 13 - Simplified Acquisition Procedures. This RFQ is a 100% Total Small Business Set-Aside under NAICS 337110. The U.S. Government (USG) anticipates awarding a single Firm Fixed Price (FFP) purchase order as a result of this RFQ. The USG reserves the right to award no order at all, depending on prices submitted, and the ability to meet the required items and delivery schedule.
1. Attachments:
• Attachment 0001 -Price Matrix RFQ_PANROC-25-P-0000 006971
• Attachment 0002 -Provisions and Clauses RFQ_PANROC-25-P-0000 006971
• Attachment 0003 -Drawings 11E421007 and 11E421008_PANROC-25-P-0000 006971
2. Product Description:
CLIN 0001 – 9 EA
IAW Drawing 11E421007
Material = HDPE, Solid, UV Stabilized
Thickness = 1.00”
Grade = Marine Grade
Color = Black Matte
Finish = Pebbled
Please remove all burrs and sharp edges complete.
CLIN 0002 – 10 EA
IAW 11E421008
Material = HDPE, Solid, UV Stabilized
Thickness = 1.00”
Grade = Marine Grade
Color = Black Matte
Finish = Pebbled
Please remove all burrs and sharp edges complete.
See Attachment 0003 -Drawings_11E421007 and 11E421008_PANROC-25-P-0000 006971 for both item drawings specifications which SHALL be met.
The drawings for these items are classified as Distribution Statement A - Approved for public release: distribution is unlimited.
3. Delivery and Inspection:
Requested delivery is Freight on Board (FOB) Destination and the delivery schedule for all required items is no later than September 30, 2025. If you cannot meet the required delivery date, please indicate what delivery lead-time you can meet within the Price Matrix at Attachment 0001.
All items will be inspected upon delivery, and SHALL be delivered to the following address:
TRANSPORTATION OFFICER, W52H1B
BLDG 299, BECK AND GILESPIE
EAST END, RECG DOOR 16A
ROCK ISLAND IL 61299-5000
4. RFQ Submission Instructions:
Quotes in response to this RFQ SHALL be submitted electronically via email to the Contracting Officer, Molly Lewis, molly.j.lewis4.civ@army.mil and the Contract Specialist, brett.w.sutter.civ@army.mil. Quotes shall be submitted utilizing the Price Matrix provided as Attachment 0001. Contractors who respond to this RFQ acknowledge and agree to all the instructions and procedures described herein.
Quote submissions shall include Vendor Points of Contact and Commercial and Government Entity (CAGE) Code.
Quote Due Date/Time:
Offeror shall provide a quote utilizing Attachment 0001 with no terms and conditions listed within the quote. All quotes are due by June 12, 2025 at 11:00 AM CT.
Evaluation and Award:
The USG intends to issue one Firm Fixed Price purchase order as a result of this RFQ to the responsible, responsive offeror with the lowest total evaluated price that conforms to the RFQ requirements. The total evaluated price will be calculated by multiplying the quantity by the unit price for each CLIN; then adding the total for each CLIN to get to a total evaluated price.
In order to be considered for award, an interested vendor must be able to provide both items, IAW the applicable drawings. The USG reserves the right to make no award at all depending on the quality of the quotes and prices submitted.
Questions/Clarifications:
All questions/clarifications regarding this requirement shall be submitted via email, no later than June 11, 2025 at 11:00 AM CT to the following:
Brett Sutter at brett.w.sutter.civ@army.mil
Molly Lewis at molly.j.lewis4.civ@army.mil
5. Payment will be issued by DFAS, via Wide Area Workflow (WAWF) – DFARS clause 252.232-7006.
6. Quotes shall remain valid for 30 days.
7. Important Delivery Information:
Effective Immediately: Rock Island Arsenal (RIA) Visitor Access Passes are issued to individuals, not companies. All visitors, to include transportation and freight services, official and unofficial, are highly suggested to pre-register at least three (3) business days in advance. Pre-registering visitors allows for the NCIC-III background check to be conducted before the individual visits RIA, reducing the wait time necessary to complete the check.
All visitors must complete a Visitor Access Request Form. Access Request Forms should be emailed or faxed prior to the delivery. Provided is a link to request access for a vistor’s pass, Visitor Information: Rock Island Arsenal (army.mil).
Trucks must enter through Moline, IL gate, off of River Drive in Moline I-74. Transportation Service Providers are required to send drivers with proper identification who meet all the installation access requirements. Transportation Service Providers are required to send United States Citizens and drivers that will pass applicable background checks. Failure to do so can result in warnings or Non-use. Real ID access implementation is active at Rock Island Arsenal, IL. Individuals using a driver's license from the states of Illinois, Minnesota, Missouri, New Mexico or Washington will have to use a secondary form of Identification to enter U.S. military installations. Additional forms of identification that may be used in conjunction with a state driver's license are Vehicle Registration with name and address, Veterans Health Identification Card, PIV Card, PIV-1 Card, DHS "Trusted Traveler" Card, U.S. Certificate of Naturalization or Certificate of Citizenship (Form N-550), and State of Illinois Firearm Owners Identification (FOID) card.
The prime vendors need to ensure this information is passed on to any subcontractors and/or transportation providers they may utilize during performance of their contract. Drivers who do not meet the installation access requirements, they will not be allowed on the installation and will be turned away.
POC for this Policy are:
Rock Island Arsenal Visitor Center
(309) 782-0485 -phone
(309 782-5029-fax
usarmy.ria.imcom.mbx.usag-access-request@mail.mil
*****END OF ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023)****