SMALL BUSINESS SET-ASIDE FOR CUSTOM GEARS, SHAFTS, AND BEARINGS
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Aug 03, 2023 10:36 am EDT
- Original Published Date: Jul 26, 2023 01:55 pm EDT
- Updated Date Offers Due: Aug 17, 2023 11:59 am EDT
- Original Date Offers Due: Aug 03, 2023 11:59 am EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 01, 2023
- Original Inactive Date: Aug 18, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code: 3020 - GEARS, PULLEYS, SPROCKETS, AND TRANSMISSION CHAIN
- NAICS Code:
- 333612 - Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
- Place of Performance: Aberdeen Proving Ground , MD 21005USA
Description
- Response Date: Five (5) Business Days after posting by 11:59am EST. Amendment 0002 extends the response date by two (2) weeks.
- Amendment W911QX23Q0141-0002- The purpose of this amendment is to (1) incorporate a revised Salient Characteristics (2) include a new Q&A doc (3) extend the response time. No other changes have been applied.
- Description:
Disclaimer: This is a combined synopsis/solicitation for commercial items 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.
NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:
THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.
This acquisition is issued as a Request for Quote (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023–04, effective date 02 June 2023.
For purposes of this acquisition, the associated NAICS code is 333612. The small business size standard is 750 employees.
Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):
CLIN 0001 – Custom Gears, Shafts, and Bearings
CLIN 0002 - Shipping
Specifications/Requirement: See Salient Characteristics (attached)
Delivery: Delivery is required by 4-6 weeks. Delivery shall be made to Aberdeen Proving Ground (APG), MD 21005. Acceptance shall be performed at Aberdeen Proving Ground (APG). The FOB point is Destination.
Clauses:
- The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision:
In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.
- Evaluation Criteria - The specific evaluation criteria to be used are as follows:
In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):
Price
Technical Capabilities/Specification
Past Performance
- Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A
- The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE.
- The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
FAR:
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)
52.209-6 PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)
52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (SEP 2021)
52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)
52.219-33 NONMANUFACTURER RULE (SEP 2021)
52.222-3 CONVICT LABOR (JUN 2003)
52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019)
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26 EQUAL OPPORTUNITY (SEP 2016)
52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-50 COMBATING TRAFFICKING IN PERSONS (NOV 2021)
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)
52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)
DFARS
252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS
252.204-7016, COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION
252.204-7017, PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES—REPRESENTATION
252.204-7018, PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES
252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM—STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS
252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM
252.225-7000, BUY AMERICAN STATUTE—BALANCE OF PAYMENTS PROGRAM CERTIFICATE
252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM
252.225-7007 – PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES
252.225-7972, PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS (DEVIATION 2020-O0015)
252.225-7055, REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME
252.232-7010, LEVIES ON CONTRACT PAYMENTS
252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS
252.246-7008, SOURCES OF ELECTRONIC PARTS
252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA
- The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
FAR:
52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)*
52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)*
DFARS:
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)
252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016)*
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)*
52.252-2 CLAUSES INCORPORATED BY REFERENCE (JAN 1998)*
APPLICABLE FOREIGN ACQUISITION PROVISIONS AND CLAUSES
EXCEPTIONS IN PROPOSAL
AWARD OF CONTRACT
ACC - APG POINT OF CONTACT
TECHNICAL POINT OF CONTACT
TYPE OF CONTRACT (Reference: 52.216-1)
GOVERNMENT INSPECTION AND ACCEPTANCE
PAYMENT OFFICE (BANKCARD)
TAX EXEMPTION CERTIFICATE (ARL)
RECEIVING ROOM – APG
DFARS COMMERCIAL CLAUSES
PAYMENT INSTRUCTIONS
ADELPHI CONTR. DIVISION URL
FOREIGN NATIONALS PERFORMING
PAYMENT TERMS
- This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A
- The following notes apply to this announcement: N/A
Place of Performance: Building 321, 6375 Johnson Road, Aberdeen Proving Ground, MD 21005
Attachments/Links
Contact Information
Contracting Office Address
- KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
- ADELPHI , MD 20783-1197
- USA
Primary Point of Contact
- Nicole G. Hernandez
- nicole.g.hernandez2.civ@army.mil
- Phone Number 5756784979
Secondary Point of Contact
History
- Dec 30, 2023 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Sep 05, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 09, 2023 05:59 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 03, 2023 10:36 am EDTCombined Synopsis/Solicitation (Updated)
- Aug 03, 2023 10:25 am EDTCombined Synopsis/Solicitation (Updated)
- Aug 01, 2023 01:57 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 26, 2023 03:59 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 26, 2023 01:55 pm EDTCombined Synopsis/Solicitation (Original)