Skip to main content

An official website of the United States government

You have 2 new alerts

AMENDMENT 02 Phenolic Coating of Government-Furnished Parts

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: Feb 24, 2022 11:58 am CST
  • Original Published Date: Jan 27, 2022 01:59 pm CST
  • Updated Date Offers Due: Feb 28, 2022 12:00 pm CST
  • Original Date Offers Due: Feb 28, 2022 12:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 15, 2022
  • Original Inactive Date: Mar 15, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 3426 - METAL FINISHING EQUIPMENT
  • NAICS Code:
    • 332812 - Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
  • Place of Performance:

Description

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; quotes 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 W52P1J-22-Q-PC11.  

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-03.
The NAICS code for this procurement is 332812; the small business size standard is 500 employees.  The Product Service Code is 3426.

Offerors must be registered within the System for Award Management (SAM) database at time of response to this solicitation.  The website for SAM is https://www.sam.gov/.

DESCRIPTION OF REQUIREMENT
Cleaning and coating of 4 different government-furnished parts. Salt spray testing is also required.  Salt Spray Testing shall be performed on government-furnished panels, rather than on actual metal parts. The Salt Spray Panels shall not be returned to the Government.

         A)  Contract Line Item Numbers (CLINs)
    
                  CLIN    Item                                     Quantity      Drawing Number 
                   0001    FAT                                       20 each   All below-listed drawings
                   0002    M1 Closing Disk            12,762 each      15-11-37 Rev K
                   0003    M2 Closing Disk              4,254 each      15-11-37 Rev K
                   0004    M1 Canister Assembly  12,762 each    15-11-38 Rev H
                   0005    M2 Canister Assembly    4,254 each    15-11-46 Rev J  

         
        B) Government Furnished Material
                   For First Article Test (FAT) Quantity – CLIN 0001
                         5 each, M1 Closing Disk
                         5 each, M2 Closing Disk
                         5 each, M1 Canister Assembly
                         5 each, M2 Canister Assembly
         20 each, Panels for Salt Spray Testing (Panels shall not be returned to the Government)
            

                   For Production Quantity

                     12,762 each, M1 Closing Disk – CLIN 0002
                       4,254 each, M2 Closing Disk – CLIN 0003
                     12,762 each, M1 Canister Assembly – CLIN 0004 
                       4,254 each, M2 Canister Assembly – CLIN 0005
           40 each, Panels for Salt Spray Testing (Panels shall not be returned to the Government)

                    Other Government-Furnished Material/Parts
                 VCI (rust preventative) Bags for shipment of coated parts back to Crane
                 Gages to be used to meet Note 6 of Drawings 15-11-38revH and 15-11-46revJ           
                                    Gage 1:  Ring Gage .819” + .001” ID, .50” Minimum Length
                                    Gage 2: Plug Gage .650” -.001” OD 1.00” Minimum
                     NOTE: Gages shall be returned FOB Destination to Crane Army Ammunition Activity at completion of contract

           C)  FAT REQUIREMENT – CLIN 0001


                    Closing Disks 
                       * CLEANING/COATING: 5 each of government-furnished parts under CLINs 0002 and 0003 (total of 10 parts) shall be cleaned/coated in accordance with Notes 3 & 4 of Drawing 15-11-37revK
                       * SALT SPRAY TEST: 5 government-furnished panels for each CLIN (total of 10 panels) shall be salt spray tested in accordance with Note 4 of Drawing 15-11-37revK. See additional instruction for Salt Spray Testing under Requirements - Section F)
                          Salt Spray Test Results shall be provided with delivery of the 10 coated FAT parts


                     Canister Assemblies
                        * CLEANING/COATING: 5 each of government-furnished parts under CLINs 0004 and 0005 (total of 10 parts) shall be cleaned/coated in accordance with Notes 3, 4 & 6 of Drawings 15-11-38revH and 15-11-46revJ
                        * SALT SPRAY TEST: 5 government-furnished panels for each CLIN (total of 10 panels) shall be salt spray tested in accordance with Note 4 of Drawings 15-11-38revH and 15-11-46revJ.  See additional instruction for Salt Spray Testing under Requirements - Section F)
                          Salt Spray Test Results shall be provided with delivery of the 10 coated FAT parts 

           D)  CLEANING/COATING PRODUCTION REQUIREMENT – CLINS 0002, 0003, 0004, 0005
                       * CLINS 0002 & 0003 – Closing Disks  Government-furnished parts shall be cleaned/coated in accordance with Notes 3 & 4 of Drawing 15-11-37revK
                       * CLINS 0004 & 0005 – Canister Assemblies  Government-furnished parts shall be cleaned/coated in accordance with Notes 3, 4 & 6 of Drawings 15-11-38revH and 15-11-46revJ

            E) SALT SPRAY TESTING PRODUCTION REQUIREMENT – CLINS 0002, 0003, 0004, 0005
               Salt Spray Test shall be in accordance with Note 4 of drawings #15-11-37 Rev K; #15-11-38 Rev H; an #15-11-46 Rev J.

               Salt Spray Test shall be performed on government –furnished panels at a rate of 1 Sample Panel for every 850 parts run for EACH Item.  Example: Qty. of 4,254 = 5 samples / Qty. of 12,762 = 15 samples.

               Salt Spray Test Results shall be provided with delivery of coated parts.

             F) SALT SPRAY TESTING REQUIRMENT   MIL-DTL-51354 Rev C
                 The following portions of MIL-DTL-51354 Rev C apply:

                    Para. 4.3.4.2 Salt spray test. The body assembly and closing disk of the type specified (see 6.2) shall be subjected to a salt spray test in accordance with the requirements of MIL-P-16232.

                    Para. 4.3.3.2 (c) Body assembly and closing disk. Five body assemblies of each type specified (see 6.2) and closing disk shall be tested in accordance with 4.3.4.2. Non-varnished areas of assemblies shall meet the requirements of MIL-P-16232 for type Z, class 3 for 2 hours.

                    Para. 4.3.3.2 (d) Body assembly and closing disk after varnish. Five body assemblies of each type specified (see 6.2)  with varnish applied per DWG. l5-ll-38 and l5-ll-46 (Body Assy’s) and DWG 15-11-37K (Closing disk), shall be tested in accordance with 4.3.4.2. The varnished areas shall meet the requirements of MIL-P-16232, for type z, class 3 for 48 hours.

             F) CERTIFICATES OF ANALYSIS
                The following Certificates of Analysis shall be provided with each delivery:

                1. Certificate of Analysis IAW MIL-C-51358 Para. 4.3.3.2, with inspection results (in frequencies as stated above)
                2. Certificate of Analysis of Cleaning treatment IAW TT-C-490 Method II & III (Note 3)
                3. Certificate of Analysis for Surface treatment 5.3.2.3 IAW MIL-STD-171 (Note 3)


TYPE OF CONTRACT
The Government anticipates award of a firm fixed-price purchase order for this acquisition.

DELIVERY AND LOCATION
Delivery in Bags The Government shall provide VCI (rust preventative) bags.  The coated parts shall be delivered to the Government these bags.
Anticipated Delivery Dates FAT Quantity – 4 weeks after award; Production Quantity – 8 weeks after FAT approval

Delivery shall be FOB Destination to Crane Army Ammunition Activity, Bldg 148, 300 Highway 361, Crane, Indiana 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.

QUOTE SUBMISSION REQUIREMENTS

The following shall be submitted in response to this solicitation:

1. Completion of Pricing Sheet at Attachment 01. All yellow-highlighted items shall be completed. 
2. Completed Provision at Attachments 02, FAR 52.212-3 Alt I, (b) only

BASIS FOR AWARD
The Government intends to make an award to the offeror with the Lowest Total Price who is responsible and whose offer is in accordance with the Solicitation requirements.

LISTING OF ATTACHMENTS
Attachment 01 – Pricing Sheet
Attachment 02 – FAR 52.212-3 Alt I, Offerors Representations and Certifications – Commercial Items
Additional Attachment - Drawings: #11-15-37 Rev K; #11-15-38 Rev H; #11-15-46 Rev J


DEADLINE FOR SUBMISSION

Offer is due February 28, 2022 no later than 12:00 p.m. Central Time.

Offer shall be submitted in the following way:

Electronically via email to the Contract Specialist Lorraine.geren.civ@army.mil  and Contracting Officer cindy.k.wagoner.civ@army.mil   Offeror should include “Response to W52P1J-22-Q-PC11” within the Subject line.

QUESTIONS

Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer.

**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.

JCP ACCESS OF RESTRICTED DRAWINGS
Drawing Access
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. 


SOLICITATION PROVISIONS
The following Federal Acquisition Regulation (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.acquistion.gov):

FAR 52.212-1, Instructions to Offerors-Commercial Items 
FAR 52.212-3 Alt I, Offerors Representations and Certifications, Commercial Items, Alternate I
FAR 52.204-7, System for Award Management
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.229-11, Tax on Certain Foreign Procurements – Notice and Representation
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation
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 Requirements
DFAR 252.213-7000, Notice to Prospective Suppliers on use of Supplier Performance Risk System in Past Performance Evaluations
DFARS 252.215-7008, Only One Offer
DFARS 252.215-7010, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data
DFARS 252.225-7020, Trade Agreements Certificate

DFARS 252.225-7974, Representation Regarding Business Operations with Maduro Regime (DEVIATION 2020-O0005)
DFARS 252.247-7022, Representation of Extent of Transportation by Sea
DFARS 252.247-7023, Transportation of Supplies by Sea


CLAUSES 
The following Federal Acquisition Regulation (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.acquistion.gov):

FAR 52.203-3, Gratuities
FAR 52.203-6, Restrictions on Subcontractor Sales to the Government
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
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-18, Commercial and Government Entity Code Maintenance
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.209-6, Protecting the Government’s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns
FAR 52.219-28, Post Award Small Business Program Rerepresentation
FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Equal Opportunity for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.222-54, Employment Eligibility Verification
FAR 52.223-18, Contractor Policies to Ban Text Messaging while Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.229-12, Tax on Certain Foreign Procurements
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.247-34, FOB Destination    
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
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 252.204-7020 , NIST SP 800-171 DoD Assessment Requirements
DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7021 (DEVIATION 2020-O0019 Jan 2022), Trade Agreements
DFARS 252.225-7002, Qualifying Country Sources 
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7052, Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten
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 252.232-7017, Accelerating Payments to Small Business Subcontractors – Prohibition on Fees and Consideration
DFARS 252.243-7002, Requests for Equitable Adjustment
DFARS 252.244-7000, Subcontracts for Commercial items

AMENDMENT 01

The purpose of Amendment 01 is to:

A) Correct the nomenclature for CLIN 0005 from 'Closing Disk' to 'Canister Assembly' under the Government Furnished Material/Production Quantity section of this Solicitation.

B) Provide Questions & Answers as listed below: 

1.  QUESTION: Can the FAT Quantity be shipped via UPS/FEDEX?
    ANSWER: Yes
2.  QUESTION: Are the production quantities shipping all at one time?  What lot sizes will they come in? How will you need these packed in boxes, crates? How many per box/crate? Weight per skid?
    ANSWER: Production quantity shall ship all at once. There will be 1 LOT for each different component. They shall be packed to avoid corrosion or damage during shipping. Boxes/crates/quantities do not make a difference as long as a single crate does not weigh over 4,000 lbs. 

AMENDMENT 02

3.  QUESTION: Will the Government be providing packaging? Boxes, etc.?

      ANSWER: No


 

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