Indiana Bids > Bid Detail

M825 Robotic Welder

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 34 - Metalworking Machinery
Opps ID: NBD00159013034398098
Posted Date: Mar 14, 2023
Due Date: Apr 17, 2023
Solicitation No: W519TC23RRB12
Source: https://sam.gov/opp/efaf7f05be...
Follow
M825 Robotic Welder
Active
Contract Opportunity
Notice ID
W519TC23RRB12
Related Notice
W52P1J22RRB12
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 RI
Office
W4MM USA JOINT MUNITIONS CMD
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 14, 2023 02:19 pm CDT
  • Original Date Offers Due: Apr 17, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3431 - ELECTRIC ARC WELDING EQUIPMENT
  • NAICS Code:
    • 333992 - Welding and Soldering Equipment Manufacturing
  • Place of Performance:
    Crane , IN 47522
    USA
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 the only solicitation; proposals are being requested and a written solicitation will NOT be issued.





This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC-23-R-RB12.





The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.





The NAICS code for this procurement is 333992; the small business size standard is 1,250 employees. The Product Service Code is 3431.





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://www.sam.gov/.





Addendum to 52.212-1





DESCRIPTION OF REQUIREMENT





CLIN 0001: Robotic Weld Cell; Quantity 1 EA



In accordance with Performance Work Statement, as found in Attachment 01





CLIN 0002: Installation/Programming/Validation; Quantity 1 LO



In accordance with Performance Work Statement, as found in Attachment 01





CLIN 0003: Training & Manuals; Quantity 1 LO



In accordance with Performance Work Statement, as found in Attachment 01





JCP ACCESS OF RESTRICTED DRAWINGS



DRAWING ACCESS (See additional Technical Data Package Instructions in Attachment 06)



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 Joint 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.





TYPE OF ACQUISITION AND CONTRACT





This acquisition is issued as 100% Small Business Set-Aside. Award will be made to the Lowest Priced, Technically Acceptable offeror who is deemed responsible, and whose quote conforms to the solicitation requirments, resulting in a single award Firm Fixed Price Contract.



DELIVERY AND LOCATION



CLIN Description Delivery Date



0001 Robotic Weld Cell Suggested: 16 - 20 weeks after award



0002 Installation/Programming/Validation Within 30 days after delivery



0003 Training and Manuals Within 7 days of installation





Delivery will be FOB Destination to Crane Army Ammunition Activity, Building 123



300 Highway 361, Crane, IN 47522-5001, in accordance with the following:





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).





INSURANCE REQUIREMENT





The robotic weld cell will be installed at Crane Army Ammunition Activity, Crane IN, a Government Installation. FAR Clause 52.228-5, Insurance-Work on Government Installation applies, as noted within the "Clause" Section below. The amount of insurance required is as specified within FAR 28.307-2.





BASIS FOR AWARD



1. INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS





See Attachment 02 – Instructions, Conditions, and Notices to Offerors





2. EVALUATION FACTORS FOR AWARD





See Attachment 03 – Evaluation Factors for Award





LISTING OF ATTACHMENTS





Attachment 01 – Performance Work Statement



Attachment 02 – Instructions, Conditions, and Notices to Offerors



Attachment 03 – Evaluation Factors for Award



Attachment 04 – Pricing Sheet



Attachment 05 – FAR Clause 52.212-3, Alt 1 (complete paragraph (b) only)



Attachment 06 – Technical Data Package Information



Attachment 07 – Drawing 15-12-263



Attachment 08 – Drawing 15-12-265



Attachment 09 – Drawing 15-12-267





DEADLINE FOR SUBMISSION





Offers are due on April 17, 2023, no later than 12:00pm Central Time.





Offers shall be submitted in the following way:





Electronically via email to the Contract Specialist Gregory Brown, greg.j.brown.civ@army.mil and the Contracting Officer Cindy Wagoner, cindy.k.wagoner.civ@army.mil. Offerors shall include “W519TC23RRB12 - Response – [Insert Offeror’s Name]” within the Subject line.





QUESTIONS





Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist Gregory Brown, greg.j.brown.civ@army.mil and the Contracting Officer Cindy Wagoner, cindy.k.wagoner.civ@army.mil.





**Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.





End of Addendum 52.212-1





SOLICITATION PROVISIONS





The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply and are incorporated by reference (provisions may be obtained via the internet at http://www.acquisition.gov):





FAR 52.212-1 - Instructions to Offerors - Commercial Products and Commercial Services (NOV 2021)



FAR 52.212-3 - Alt I – Offeror Representations and Certifications – Commercial Products and Commercial Services – Alt I (DEC 2022)



FAR 52.203-11 - Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (SEP 2007)



FAR 52.204-7 - System for Award Management (OCT 2018)



FAR 52.204-16 - Commercial and Government Entity Code Reporting (AUG 2022)



FAR 52.204-17 - Ownership or Control of Offeror (AUG 2020)



FAR 52.204-20 - Predecessor of Offeror (AUG 2020)



FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



FAR 52.204-26 - Covered Telecommunications Equipment or Services—Representation (OCT 2020)



FAR 52.209-7 - Information Regarding Responsibility Matters (OCT 2018)



FAR 52.209-12 – Certification Regarding Tax Matters (OCT 2020)



DFARS 252.203-7005 – Representation Relating to Compensation of Former DoD Officials (NOV 2011)



DFARS 252.204-7008 – Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)



DFARS 252.204-7016 – Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)



DFARS 252.204-7017 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021



DFARS 252.204-7019 – Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022)



DFARS 252.215-7008 – Only One Offer (JUL 2019)



DFARS 252.225-7000 - Buy American--Balance of Payments Program Certificate—Basic (NOV 2014)



252.225-7055 Representation Regarding Business Operations with the Maduro Regime





CLAUSES





The following Federal Acquisition Regulations (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply and are incorporated by reference (clauses may be obtained via the internet at http://www.acquisition.gov):





FAR 52.212-4 - Contract Terms and Conditions – Commercial Products and Commercial Services (NOV 2021)



FAR 52.212-5 – Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services



FAR 52.203-6 - Restrictions on Subcontractor Sales to the Government--Alternate I (NOV 2021)



FAR 52.203-13 – Contractor Code of Business Ethics and Conduct (NOV 2021)



FAR 52.203-19 – Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)



FAR 52.204-10 – Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)



FAR 52.204-23 – Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021)



FAR 52.204-25 – Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021)



FAR 52.209-6 - Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)



FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)



FAR 52.219-6 – Notice of Total Small Business Set-Aside (NOV 2020)



FAR 52.219-8 – Utilization of Small Business Concerns (OCT 2018)



FAR 52.219-14 – Limitations on Subcontracting (SEP 2021)



FAR 52.219-28 – Post-Award Small Business Program Rerepresentation (SEP 2021)



FAR 52.222-3 – Convict Labor (JUN 2003)



FAR 52.222-19 – Child Labor—Cooperation with Authorities and Remedies (JAN 2022)



FAR 52.222-21 – Prohibition of Segregated Facilities (APR 2015)



FAR 52.222-35 – Equal Opportunity for Veterans (JUN 2020)



FAR 52.222-36 – Equal Opportunity for Workers with Disabilities (JUN 2020)



FAR 52.222-37 – Employment Reports on Veterans (JUN 2020)



FAR 52.222-50 – Combating Trafficking in Persons (NOV 2021)



FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)



FAR 52.225-13 - Restrictions on Certain Foreign Purchases (FEB 2021)



FAR 52.232-33 - Payment by Electronic Funds Transfer—System for Award Management (OCT 2018)



FAR 52.242-5 - Payments to Small Business Subcontractors (JAN 2017)



FAR 52.203-3 – Gratuities (APR 1984)



FAR 52.203-12 – Limitation on Payments to Influence Certain Federal Transactions (JUN 2020)



FAR 52.204-13 – System for Award Management Maintenance (OCT 2018)



FAR 52.204-18 - Commercial and Government Entity Code Maintenance (AUG 2020)



FAR 52.209-9 – Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018)



FAR 52.228-5 – Insurance-Work on Government Installation



FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)



FAR 52.233-3 – Protest After Award (AUG 1996)



FAR 52.233-4 - Applicable Law for Breach of Contract Claim (OCT 2004)



DFARS 252.203-7000 – Requirements Relating to Compensation of Former DoD Officials (SEP 2022)



DFARS 252.203-7002 – Requirement to Inform Employees of Whistleblower Rights (SEP 2013)



DFARS 252.203-7003 - Agency Office of the Inspector General (AUG 2019)



DFARS 252.204-7003 - Control of Government Personnel Work Product (APR 1992)



DFARS 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019)



DFARS 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)



DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)



DFARS 252.204-7020 – NIST SP 800-171 DoD Assessment Requirements (MAR 2022)



DFARS 252.205-7000 – Provision of Information to Cooperative Agreement Holders (DEC 1991)



DFARS 252.211-7003 - Item Unique Identification and Valuation (MAR 2022)



DFARS 252.223-7008 - Prohibition of Hexavalent Chromium (JUN 2013)



DFARS 252.225-7001 – Buy American and Balance of Payments Program—Basic (JUN 2022)



DFARS 252.225-7012 – Preference for Certain Domestic Commodities (APR 2022)



DFARS 252.225-7048 – Export-Controlled Items (JUN 2013)



DFARS 252.232-7006 – Wide Area WorkFlow Payment Instructions (DEC 2018)



DFARS 252.232-7010 – Levies on Contract Payments (DEC 2006)



DFARS 252.243-7002 - Requests for Equitable Adjustment (DEC 2012)





Addendum to 52.212-4





FAR 52.247-34 – FOB Destination



DFARS 252.201-7000 – Contracting Officer’s Representative





End of Addendum 52.212-4






Attachments/Links
Contact Information
Contracting Office Address
  • JOINT MUNITIONS COMMAND BLDG 350 RODMAN AVE
  • ROCK ISLAND , IL 61299-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >