Indiana Bids > Bid Detail

Fire Proof Coating FMA 260

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159973069385390
Posted Date: Dec 7, 2022
Due Date: Dec 23, 2023
Solicitation No: W519TC23QFIRE
Source: https://sam.gov/opp/710c9c78b8...
Follow
Fire Proof Coating FMA 260
Active
Contract Opportunity
Notice ID
W519TC23QFIRE
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 RI
Office
W6QK ACC-RI
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 07, 2022 11:45 am CST
  • Original Date Offers Due: Dec 23, 2023 04:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6810 - CHEMICALS
  • NAICS Code:
    • 325510 - Paint and Coating Manufacturing
  • Place of Performance:
    Crane , IN 47522
    USA
Description

This is a Combined Solicitation Synopsis using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC-23-Q-FIRE.



The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 Dated 28 Oct 2022.



The NAICS code for this procurement is 325510; The Product Service Code is 6810, Paint and Coating Manufacturing.



You 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: QUANTITY UNIT





Fireproofing Chemical, Part# FMA260. Must meet or exceed 46,000 LBS.



MIL-PRF-81904C/QPL 91904(AS), Ghost Gray, in accordance



With Federal Standard (FED STD) 595, No. 36375. Material



Must include Thixotrope. A Certificate of Analysis and SDS are



required with each shipment. Product to be shipped in 55-gallon



drums, 4 drums per pallet, 500 LBS per drum. Material must be



palletized.





ATTACHMENT 003- Material Test/Certificate of Analysis Report



ATTACHMENT 006- FAR 52.223-3 Hazardous Material Identification and Material



Safety Data





DELIVERY AND LOCATION



CLIN Description Delivery Date



0001 FMA260 60/90 DAYS After Receipt of Award (AR0)





Delivery will be FOB Destination to Crane Army Ammunition Activity, Building 148



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, in 55 Gallon Drums 500 LBS each.





Listing of Attachments:



Attachment 001- Redacted Limited Source Justification MFR – FMA260.



Attachment 002- Pricing Sheet



Attachment 003 – Material Certification Test Report/Certification of Analysis



Attachment 004 – FAR 52.204-24 Representation Regarding Certain



Telecommunications and Video Surveillance Services or Equipment



Type



Attachment 005- FAR 52.212-3 Alt1 – Offeror Representations and Certifications –



Commercial Products and Services



Attachment 006- FAR 52.223-3 Hazardous Material Identification and Material Safety



Data



Attachment 007- FAR 52.212-5 Contract Terms and Conditions Required to Implement



Statutes or Executive Orders- Commercial Products and Commercial



Services are attached to this order.





Offerors shall submit the following Attachments in response to this solicitation:




  1. Price – Offeror must submit Completed Pricing Sheet at Attachment 002. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places.

  2. Complete the Clause at Attachment 004 – FAR 52.204-24, paragraph (d)(1) and (d)(2)

  3. Completed Provisions at Attachment 005 – FAR 52.212-3 Alt 1, paragraph (b) only.

  4. Complete the Clause at Attachment 006- FAR 52.223-3 Hazardous Material

  5. Identification and Material Safety Data.

























BASIS FOR AWARD





The Government intends to make an award after determination that the price is reasonable, and the offeror is responsible.





Price Analysis shall be used to determine price reasonableness; additional methods of price analysis may be used as determined by the contracting officer. These methods of evaluation may include information/input from sources such as (but not limited to) other Governmental agencies and personnel. The Government reserves the right to require the submission of any data (i.e.., Data other Than Certified Cost or Pricing Data necessary to validate the reasonableness of an offer.





In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions.







DEADLINE FOR SUBMISSION





Offers are due on Dec 23, 2022 no later than 4:00 PM Central Time.





Offers shall be submitted in the following way:





Electronically via email to the Contract Specialist, Rachel.J.Eaggleston.civ@army.mil;



and Contracting Officer, cindy.k.wagoner.civ@army.mil. Offerors shall include “W519TC-23-Q-FIRE - Response – [Insert Offeror’s Name]” within the Subject line.







End of Addendum 52.212-1





SOLICITATION PROVISIONS- Addendum to 52.212-1





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



FAR 52.204-07, System for Award Management



FAR 52.204-22, Alternative Line-Item Proposal.



FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation



FAR 52.212-01, Instructions to Offerors-Commercial Items



FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification



DFARS 252.225-7974 Representation Regarding Business Operations with the Maduro Regime (Deviation 2020-O00005) (FEB 2020)





SOLICITATION FAR PROVISIONS – by Reference:



FAR 52.204-16, Commercial and Government Entity Code Reporting



FAR 52.204-18, Commercial and Government Code Maintenance



DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials



DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls



DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense



Telecommunications Equipment or Services Representation.



DFARS 252.204-7019, NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENT





SOLICITATION PROVISIONS IN FULL TEXT – Addendum to 52.212-1





FAR 52.212-3 Alt I – Offeror Representations and Certifications – Commercial Products and Commercial Services – Alt I (See Attachment 005).







SOLICITATION CLAUSES BY REFERENCE: - Addendum to 52.212-4



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 52.204-13, System for Award Management Maintenance



FAR 52.204-19, INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS



FAR 52.211-17, Delivery of Excess Quantities



FAR 52.232-39, Unenforceability of Unauthorized Obligations



FAR 52.247-34, F.O.B. Destination



DFARS 252.204-7000, Disclosure of Information



DFARS 204-7003 Control of Government Personnel Work Product



DFARS 204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENT



DFARS 252-225-7002, Qualifying Countries as Subcontractors





SOLICITATION FAR CLAUSES – by Reference:



Per FAR 52.252-2, This solicitation incorporates one or more clause by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available, provisions may be accessed electronically at http://www.acquistion.gov.



FAR 52.204-18, Commercial and Government Code Maintenance



FAR 52.204-20, Predecessor of Offeror



FAR 52.204-21, Basic Safeguarding of Covered contractor Information Systems.





FAR 52.212-4, Contract Terms and Conditions-Commercial Items



FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or



Executive Orders-Commercial Items (see Attachment 06)



FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors





DFARS 252.203-7000, Representation Relating to Compensation of Former DoD Officials



DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights



DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident



Reporting



DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support



DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense



Telecommunications Equipment or Services.



DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance



Risk System in Past Performance Evaluations



DFARS 252.223-7008, Prohibition of Hexavalent Chromium.



DFARS 252.225-7001, Buy American and Balance of Payment Program



DFARS 252-225-7002, Qualifying Country Sources as Subcontractors



DFARS 252.225-7048, Export-Controlled Items.



DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports



DFARS 252.232-7006, Wide Area Workflow Payment Instructions



DFARS 252.232-7010, Levies on Contract Payments



DFARS 252.232-7011, Payments in Support of Emergencies and Contingency



Operations



DFARS 252.232-7017, Accelerating Payments to Small Business Subcontractors-



Prohibition on Fees and Consideration.



DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts)



DFARS 252.247-7023, Transportation of Supplies by Sea



END OF ADDENDUM 52.212-4




Attachments/Links
Contact Information
Contracting Office Address
  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 07, 2022 11:45 am CSTCombined 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 >