New Jersey Bids > Bid Detail

Robotic Fuze Assembly Cell

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 36 - Special Industry Machinery
Opps ID: NBD00159631405676112
Posted Date: Feb 2, 2023
Due Date: Feb 22, 2023
Solicitation No: W15QKN23Q0S2S
Source: https://sam.gov/opp/3971bdbead...
Follow
Robotic Fuze Assembly Cell
Active
Contract Opportunity
Notice ID
W15QKN23Q0S2S
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-NJ
Office
W6QK ACC-PICA
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 02, 2023 08:52 am EST
  • Original Published Date: Jan 19, 2023 08:55 am EST
  • Updated Date Offers Due: Feb 22, 2023 04:00 pm EST
  • Original Date Offers Due: Feb 08, 2023 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 09, 2023
  • Original Inactive Date: Feb 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3695 - MISCELLANEOUS SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing
  • Place of Performance:
    Picatinny Arsenal , NJ 07806
    USA
Description View Changes

***Amendment 0002



The purpose of this amendment is to incorporate the following:

1) Extend the proposal due date from 8 February 2023 to 22 February 2023



2) update CDRL A001



3) Add five (5) additional drawings (available on request)



4) Apply SOW changes to the following sections: 4.1.6.1, 4.1.6.2, 4.1.6.3, 4.1.6.4, 4.1.6.5, 4.1.6.6, 4.1.6.7, 4.1.6.7.1, 4.1.6.7.2, 4.1.13, 4.1.14, 4.1.14.1, 4.1.14.2, 4.1.15, 4.2.3 and 4.2.4 (see attached updated Attachment 0005_Combo Synopsis and Solicitation for Robotic Fuze for these changes)



5) provide the following questions from interested vendors and answers



a. What is the process flow, order of operations for this robotic cell? What portion is automated/what portion is manual?




  • Operator will manually place a mixture loaded tray of unpressed fuzes into robot cell.

  • Robot will pick fuze from tray of empty fuzes and place into press.

  • Press will press powder into fuze.

  • Robot arm will return fuze to a different tray (pressed fuzes)

  • Seating Station (Option): Robot will put primer into a delay tube to a certain depth.

  • Crimping Station (Option): two stage crimp, 1 – curl, 2 – flat

  • Weight station (Option): before and after press, note weight of whole fuze, fuze bodies can be weighed and labeled prior to being used in the cell. We can also just hardcode in a weight for the fuze body

  • Depth station (Option): after press, measure from a reference point on the fuze to the top of the powder in the delay tube



b. What is the objective of automating this process?



The objective is to improve quality and safety. Since this is an R&D application, production rate is not important, but keeping track of all of our adjustments is. Current production process is 100% manual, produces approx. 30/day. Anything over that is acceptable.



c. Does the 8x10 footprint include everything?



Robot arm, presses, stations, and trays should be within 8x10 footprint. Any controllers or HMIs can be outside that.



d. Are there any entryway requirements?



Must fit through 34” door opening for installation.



e. Is there a CAD package preference?



CREO.



f. Is there a control architecture preference?



No, but engineers have experience with Allen Bradley.



g. When referencing data logging, how many entries/days are required to be stored?



All data is required to be stored. This will be a small database. Cardinality ~4000, arity up to 25.



h. Are backups for the data required?



Cloud backup is not permitted. A local backup for all data is acceptable, such as external HD.



i. What are the expectations for safety and explosion proof capabilities? What hazardous class, if any?



We are requesting a positive pressure suit or other Hazardous Class 1 Division 1 rated capability for the Robotic Arm but all other components actually can fall under Class 2 Div 2 IAW DA PAM 385-64 Chapter 17. If this were to be a manufacturing facility, Class 1 Div 1 may be required, but transitioning this cell is outside of the scope of this R&D program, therefore we are relaxing to a Class 2 Div 2 requirement. Although we want the operation to be a safe and risk free as possible, the liability actually falls on our facility and infrastructure.



j. For the ¼ to ¾ ton press, what increments define fine increments? What unit is that referring to? What is the specific resolution of incremental adjustment of the force the press needs to apply? Are we looking for 5-10lb resolution, or .1 or less pound resolution? Is a specific resolution going to be required?



Stroke displacement – 4th decimal place in inches (caliper accuracy).



Force – 10 lb resolution.



k. For the press, is the primary objective press force or displacement?



Force



l. Could the same press be used for all three operations (pressing, seating, crimping)?



Yes. Open to interchangeable tooling.



m. Is a fire extinguishing system required?



No



n. What is meant by “Auxiliary equipment for cell observation and operation”?



Camera and monitor. Wi-fi connection is not permitted.



o. What is meant by “Custom digitally traceable trays”? Note that, through the programming, each fuze body will be addressed to a specific position within each traceable tray, so as long as the part stays in the tray from production up to end use, the fuze body's production records will always be known. However, if the fuze body comes out of the tray and still needs to be traceable to its production records, then fuze bodies should be individually tracked. Is it preferred to have each fuze body individually tracked, or as the RFP states, is tracking only required on each tray?



The fuze bodies need to be individually traceable, not the trays, and we are open to industry’s suggestions on how to do this. Could be handwritten, stickers, bar code, laser etched, etc. We do need custom trays machined to hold approximately 25 munitions, but these do not need to be traceable. The RFP/SOW has been revised accordingly. The labeling process will be done before energetics are poured into the fuze and placed in the cell.



p. Are all three fuze body sizes going to be processed in the same batch, or are the batches only of one size fuze body at a time? This is to determine whether the trays need to accommodate all three sizes in one universal tray, or if separate trays for each size fuze body are okay.



A batch of fuzes will only contain a single type of fuze body at a time. If the tray is able to support fuzes with the longest stem it will be able to support fuzes with the shortest stem since the fuze heads are the same, eliminating the need for multiple tray configurations.



q. DI-MGMT-80507C Section 3.17 indicates that man-hours need to be reported. If this is being offered as a FFP contract, is man-hour reporting still necessary?



No, CDRL A001 has been updated accordingly.



r. For measuring depth, can it be a mechanical measurement with a probe?



Yes, typically we measure it with a caliper and physically touch the material.



s. Where is the powder pressed into the fuze?



Form factor varies, sometimes powder is in a separate delay tube, sometimes directly into the fuze body. Length of tube and internal diameter of tube varies.



t. Does the tooling have to be threaded down to the fuze?



No, the threads are for the end item. Tooling will need some kind of pocket not to damage thread.



u. Is there requirement for speed of tooling changeover?



No, it will be done manually depending on the fuze form factor we are working with. But to reference a question above, if the same press is used for pressing, seating, and crimping this will have to be automated.



v. Will the government provide drawings for the interchangeable dies?



Yes, but we are also open to a redesign.



w. Can you please provide drawings and pictures of the primers, fuzes, plungers, delay tubes, and all items that this system will be handling?



Added delay tubes and primers to drawing package. Tooling drawings also added, but tooling may need to be redesigned for automation anyway.



x. What are the electrical power requirements?



Facility has 120v, 240v, and 480v capabilities.



y. SOW says all enhancement(s) (aka options) “shall function independently of each other and any combination of enhancements shall function properly”. This will have implications to the robot programming. Is there a specific sequence to the enhancements?



The government wants the flexibility to perform any enhancement operations in any order. If an option/enhancement is not part of the cell, it can be omitted from the programming and that operation will continue to be done manually.



z. Can the government elaborate on the mobile stand requirement?



We would like the robot arm and control panel on a semi-permanent mobile pedestal. Meaning we can pin it in place for the pressing application where everything will consistently be in the same place, but in the future would be able to relocate it for a different application.



aa. At the site visit, offerors were shown a remote control room with a large display and there was discussion of the ability to remotely monitor and control the cell, but the RFP does not present remote monitoring/operation from a separate room as a requirement. Will you revise the RFP to add this requirement?



Remote operations from another room are not a requirement but the HMI should be accessible outside the footprint of the cell. For example if the cell is on one side of a blast wall we need the capability to be able to operate it from the other side of the blast wall.



ab. Can existing floor plan of the room be provided? Several rooms were identified as options. If floor plans are provided, offerors can make recommendations for which room to select to best suit their proposal.



Yes, basic floor plans have been added to the solicitation package.



*****End of Amendment 0002****



***Amendment 0001 - The purpose of Amendment 0001 to Solicitation W15QKN-23-Q-0S2S is to add February 1, 2023 at 10 AM EST as an additional date and time for interested vendors to attend the site visit at Picatinny Arsenal. No other changes have been made. End of Amendment 0001****





This is a combined synopsis/solicitation for a commercial item 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; a written solicitation will not be issued.



Solicitation No. W15QKN-23-Q-0S2S is issued as a request for quote (RFQ) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2023-01, dated December 1, 2022. This requirement shall be competed as a small business set aside under NAICS code 333998 with a small business size standard of 500 employees.



Instructions to Offerors



1. Site Visit: All offerors who intend to quote on this solicitation are strongly recommended to attend the site visit. This will give offerors the opportunity to inspect the site where the installation is to be performed to better understand the requirement. Offerors are required to schedule their site visit with the POC listed below and shall provide the full name of the individual(s) attending the site visit, vehicle make(s), model(s), license plate number(s), and state of license; each individual(s) shall have proper identification when attending the site visit. Please see provision FAR 52.237-1, Site Visit, provided in full text below:



FAR 52.237-1 Site Visit (Apr 1984)



Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.



(End of Provision)

(a) A site visit has been scheduled for --



DATE: January 25, 2023 and February 1, 2023

TIME: 10:00AM



(b) Participants will meet at --

LOCATION: Visitor’s Center, Picatinny Arsenal, NJ 07806-5000. Please call Ms. Gondela to be let in and escorted.

POC: Jessica Gondela, (973) 724-4098.

Please ensure the Contract Specialist and Contracting Officer are copied on all communications concerning site visit requests.

Please note: The POC (Jessica Gondela Ph: 973-724-4098 email: jessica.m.gondela.civ@army.mil) needs to have all offeror site visit information one (1) business day prior to the requested date to coordinate post and building access.

- Visitor's Full Name

- Company Name

- Vehicle Make

- Vehicle Model

- License Plate Number

Offerors are reminded that in no event shall failure to inspect the site constitute grounds for a claim after contract award.



Due to the nature of the work associated with this requirement all personnel attending a site visit shall be U.S. citizens. All visitors will be subject to a criminal background check upon arrival at the Visitor Control Center, Picatinny, NJ 07806. Therefore, offerors shall complete the attached NCIC Release Form (ATTACHMENT 0004) prior to arrival at the Visitor Control Center. These forms SHALL NOT be emailed or sent to the Contract Specialist or Contracting Officer listed above. This form shall be completed and brought to the visitor’s center upon arrival.



Offerors shall submit all questions posed during the site visit in writing ON THE SAME DAY AS THE SCHEDULED SITE VISIT. The Government responses will be posted on PIEE/ SAM.gov as an amendment to the solicitation.



The U.S. Army Contracting Command – New Jersey intends to award a new FFP purchase order, as a competitive small business set-aside, for the procurement of a commercially available Robotic Fuze Assembly Cell in accordance with the Statement of Work (SOW) requirements, applicable government drawings and the following Contract Line-Item Numbers (CLINs):



CLIN Item Description





0001 Base Supply, deliver, accessories, installation, testing/verification, training/familiarization and warranty for a Robotic Fuze Assembly Cell in accordance with SOW requirements.

Qty.___1_______ Price: $_______________



0002 Option Weighing station capable of measuring to .0001g, with data logging.

Qty.____1______ Price: $_______________



0003 Option Depth measuring station capable of measuring to .01mm, with data logging.

Qty.___1_______ Price: $_______________



0004 Option Primer seating station.

Qty.___1_______ Price: $_______________



0005 Option Primer crimping station.

Qty.___1_______ Price: $_______________



0006 Contract Data Requirements List (CDRL)

Qty. 1 Price: *Not Separately Priced*



The quoted prices shall include all shipping costs (if applicable) FOB Destination to the following location:



Building 526

Picatinny Arsenal, NJ 07806-5000





Statement of Work (SOW)

for

Robotic Fuze Assembly Cell



1. Background: The U.S. Army Combat Capabilities Development Command - Armaments Center (DEVCOM-AC) maintains several laboratories for ammunition safety and energetics safe life assessment. The Research and Development (R&D) and Pilot Plant Branch of the Pyrotechnics Technology Division of DEVCOM-AC primarily performs research on pyrotechnic technologies and components to solidify next generation munition systems for lethality overmatch. To achieve increased safety, performance, precision, and quality of advanced pyrotechnic formulations, the R&D and Pilot Plant Branch requires a turn-key Robotic Fuze Assembly Cell to automate pilot-scale production operations and remove man-in-loop.



2. Scope: To acquire (1) Robotic Fuze Assembly Cell designed to press pyrotechnic powder into a fuze body for an R&D pilot production line located in Bldg 526 at Picatinny Arsenal, NJ.

2.1. The effort shall include design and build of the system itself, delivery, accessories, installation, testing/verification, training/familiarization, and warranty for the system.

2.2. The contractor shall provide all materials, equipment, and labor necessary to deliver and install the system.

2.3. All work shall be completed in accordance with this statement of work and subject to the terms of the contract.

2.4. Period of Performance: The system shall be installed no later than 18 months after contract award, training shall not exceed three (3) months following installation. The period of performance for each option shall be 18 months after the option is exercised. The total period of performance, including optional system enhancements (See paragraph 4.2) shall not exceed 60 months.

2.5. Place of Performance: This effort shall be performed at the following locations:

2.5.1. Contractor Facility

2.5.2. Building 526, Picatinny Arsenal, NJ 07806



3. Government Technical Point of Contact (TPOC):

TBD

Bldg 526

Picatinny Arsenal, NJ 07806



4. Requirements:

4.1. The contractor shall design, deliver, and install a Robotic Fuze Assembly Cell (10 ft. by 8 ft. footprint) that meets the following criteria:

4.1.1. Design and visualization of the system in 3D

4.1.2. 3D reach study

4.1.3. Part, assembly and installation drawings

4.1.4. 6-axis Robot Arm (~36 in. reach/~10kg capacity) and Controller

4.1.5. Press with 1\4 ton to 3\4 ton range with fine increments and input/output for Robot Arm or Programmable Logic Controller communication

4.1.6. Interchangeable dies for pressing various sized munitions, in accordance with the following Distribution D drawings, available upon request. Requests for Distribution D drawings shall be submitted to the contract specialist and accompanied by a fully executed DD Form 2345, Militarily Critical Technical Data Agreement, and a signed Non-Disclosure Agreement found in Section J, Attachments 0001, 0002 and 0003.

4.1.6.1. 13-10-57 rev T, Fuze Body

4.1.6.2. 8822132 rev Y, Fuze Body

4.1.6.3. 13018916 rev A, Fuze Body

4.1.7. Standalone workstation with capability to run, edit, and view any required software, codes, and scripts or upload software to any hardware

4.1.8. End of Arm tooling to manipulate munitions (roughly 1 in. x 1 in. x 3 in., 75 grams)

4.1.9. Integration of press, robot arm, via hardware and software

4.1.10. Database for logging measurements

4.1.11. Dashboard for viewing measurements

4.1.12. Custom mobile stand for robot arm

4.1.13. Custom digitally traceable trays within cell for equipment and munitions

4.1.14. Safety and XP capabilities

4.1.15. Auxiliary equipment for cell observation and operation

4.1.16. Design and drawings of any electrical panels required, to be provided within the initial project planning chart (CDRL A001, Project Planning Chart, DI-MGMT-80507C)

4.1.17. Commercial Off-the-Shelf (COTS) manuals, including operating procedures, screen overviews, preventative maintenance, etc. for overall system all COTS components (CDRL A002, Commercial Off-the-Shelf (COTS) Equipment Manual Requirements, DI-TMSS-80527D)



4.2. System Enhancements: Any enhancement(s) shall add functionality/usability to the system, however, whether the enhancement is pursued or not, the system shall still meet the remainder of this purchase description. All enhancements shall include integration of new stations with current cell. All enhancement(s) shall function independently of each other and any combination of enhancements shall function properly. The Government will choose which enhancements to pursue. These enhancements may be exercised as Options at any time within the first 21 months after base contract award and must be delivered, installed and training provided within 18 months after option is exercised.

4.2.1. Weighing station capable of measuring to .0001g, with data logging

4.2.2. Depth measuring station capable of measuring to .01mm, with data logging

4.2.3. Primer seating station

4.2.4. Primer crimping station



4.3. Project Planning Chart: Within three (3) months after contract award, the contractor shall provide a single Gantt Chart showing the project schedule from contract award through final inspection for the system. Additionally, the Gantt Chart shall be provided monthly after the initial project schedule. (CDRL A001, Project Planning Chart, DI-MGMT-80507C)

4.4. Acceptance Testing: The complete factory and site acceptance plan for the system shall be developed by the contractor; reviewed and modified/approved (as appropriate) by the Government contract technical representative; and mutually agreed upon prior to conducting any test. Documentation verifying the acceptance testing and verification shall be provided to the Government. (CDRL A003, Acceptance Test Plan).

4.4.1. Factory Acceptance Testing

4.4.1.1. The contractor shall completely assemble and set up the system, robot hardware/software, subsystem hardware/software, data recording, and perform in-process testing at their facility.

4.4.1.2. If available, Government will provide inert assets for the factory acceptance tests.

4.4.1.3. Once the Government has approved the Factory Acceptance Test plan, the contractor shall notify the TPOC via email and within thirty (30) days the Government shall send representative(s) to verify the following:

4.4.1.3.1. The Government representative(s) shall verify the robot hardware/software and subsystem hardware/software.

4.4.1.3.2. The contractor shall demonstrate the ability to automatically and completely process the part, with data logging active.

4.4.1.3.3. The contractor shall demonstrate the ability to process a production run of 12 assets

4.4.1.3.4. The contractor shall demonstrate the ability to create/edit a program

4.4.1.3.5. The contractor shall demonstrate the data collection.

4.4.1.3.6. The contractor shall demonstrate all pursed enhancements.

4.4.1.4. Upon successful demonstration of the above, the Government will give approval to ship the system to Picatinny Arsenal for installation.

4.4.2. Site Acceptance Testing

4.4.2.1. Once installation at Picatinny Arsenal is completed and the Government has approved the Site Acceptance test plan, the contractor shall notify the Government POC via email and within one (1) week the Government representative(s) shall verify the following:

4.4.2.1.1. The Government representative(s) shall verify the robot hardware/software and subsystem hardware/software.

4.4.2.1.2. The contractor shall demonstrate the ability to automatically and completely process the part, with data logging active.

4.4.2.1.3. The contractor shall demonstrate the ability to process a production run of 12 assets

4.4.2.1.4. The contractor shall demonstrate the ability to create/edit a program

4.4.2.1.5. The contractor shall demonstrate the data collection.

4.4.2.1.6. The contractor shall demonstrate all pursed enhancements.



4.5. Warranty - All standard commercial Warranty provisions shall be included, but at a minimum shall include one (1) year parts and labor from the time of acceptance (for each system) for defects in material and workmanship.



4.6. Delivery and Installation

4.6.1. Deliver to:

4.6.1.1. ATTN: TBD, Building 526, Picatinny Arsenal, NJ 07806



4.6.2. Installation

4.6.2.1. The systems shall be installed by the contractor/vendor’s qualified representative(s) in the government’s designated facilities/locations (inert) at Picatinny Arsenal, NJ. All items shall be assembled and installed utilizing best commercial practices and manufacturer’s installation procedures. The government shall supply all required utilities within ten (10) feet of the installation site. To have the utilities installed and ready for connections, the contractor shall provide a list of all required utilities long with the required quantity and description, within the initial project planning chart (CDRL A001, Project Planning Chart)



4.7. Training and Support

4.7.1. The contractor shall provide training for four (4) persons at Bldg. 526 Picatinny Arsenal, NJ 07871. The training shall include:

4.7.1.1. Basic programming of robot

4.7.1.2. PLC Training

4.7.1.3. System Usage

4.7.2. The contractor shall develop training instruction (e.g. manuals), training criteria (e.g., desired learning outcomes and performance goals), and evaluation methods and metrics to verify training effectiveness in accordance with criterial (e.g., performance measurements such as number of tasks correctly completed within a prescribed time). The contractor may use MIL-HBK-29612-2A – Department of Defense Handbook, Instructional Systems Development/Systems Approach to Training and Education (Part 2 of 5), 31 August 2001 as guidance. (CDRL A004, Training Materials)



5. Environmental Requirements:

5.1. The Contractor shall adhere to all local, county, state, Army and federal policies, directives, executive orders and regulations required including, but not limited to 32 CFR Part 651, AR 200-1 (Environmental Protection and Enhancement), 40 CFR Code of Federal Regulations, and Picatinny Arsenal local policies/regulations in order to maintain environmental compliance for the duration of the contract. Local policies that must be adhered to include the Picatinny Environmental Bulletin and the Installation Environmental Policy. These documents can be found on the Picatinny Environmental Management System website (https://picac2w5.pica.army.mil/pems) or can be obtained from the TPOC. Technical Point of Contact (TPOC)



6. Safety Requirements:

6.1. The contractor shall adhere to all local, state, and federal rules and regulations required in order to maintain a safe and non-hazardous occupational environment throughout the duration of this contract.

6.2. Accident/Incident Report: The contractor shall report immediately any major accident/incident (including fire) resulting in any one or more of the following: causing damage of Government property exceeding $10,000; affecting program planning or production schedules; degrading the safety of equipment under contract, such as property damage may be involved; identifying a potential hazard requiring corrective action which are related to this contract. The contractor shall prepare an Accident/Incident report for each incident. (CDRL A005, DI-SAFT-81563)

6.3. The contractor employees, including subcontractor employees, shall comply with all building, installation, facility and security policies and procedures such as all fire drills and building evacuations. The contractor shall report their evacuation immediately to the TPOC to confirm compliance.



7. Security Requirements:

7.1. The security classification of this effort is UNCLASSIFIED.

7.2. All contractor employees, including subcontractor employees, requiring access to Department of Defense installations, facilities, or controlled access areas shall complete AT Level I awareness training within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies and within 12 months prior to travel outside of the US, then annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 14 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at http://jkodirect.jten.mil/. (CDRL A006, DI-MISC 80678)

7.3. All contractor employees, including subcontractor employees, shall comply with all installation and facility access and local security policies and procedures (provided by the Government representative), and security/emergency management exercises. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements (CFR clause 52.204-9, Personal Identity Verification of Contract Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. During FPCONs Charlie and Delta, services/installation access may be discontinued/postponed due to higher threat. Services will resume when FPCON level and or threat is reduced to an acceptable level as determined by the Installation Commander. Contractor personnel working on an installation are required to participate in the Installation Random Antiterrorism Measures Program as directed. Contractors may be subject to and must comply with vehicle searches, wearing of ID badges, etc. Failure to comply with policies and procedures could result in barred access onto the installation.

7.4. All contractor employees, including subcontractor employees, shall receive training and participate in the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies, and then annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 14 calendar days after completion of training by all employees and subcontractor personnel. (CDRL A006, DI-MISC 80678)

7.5. Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13); applicable installation, facility and area commander installation and facility access and local security policies and procedures (provided by Government representative); or, at OCONUS locations, in accordance with status-of-forces agreements and other theater regulations.

7.6. The Contractor shall be capable of accessing, handling, receiving, and storing UNCLASSIFIED documents, equipment, hardware, and test items, using the applicable standards of FOUO information. Controlled Unclassified Information (documents designated as FOR OFFICIAL USE ONLY and/or LIMITED DISTRIBUTION) shall be submitted by a controlled means using USPS mail, Safe Access File Exchange (SAFE) website and/or DoD Army approved encryption software as per AR 25-1.

7.7. DFARS Clause 252.225-7048, Export-Controlled Items applies to this effort. All documents determined to contain export controlled technical data will be marked with the following notice: WARNING: - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., App. 2401 et seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25.

7.8. The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan, in accordance with DI-MGMT-80934C, within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer, per AR 530-1, Operations Security. This SOP/Plan will specify the project’s critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who will be an OPSEC Coordinator. The contractor will ensure that this individual becomes OPSEC Level II certified per AR 530-1. CCDC Armaments Center OPSEC POC e-mail: usarmy.pica.ccdc-ac.mbx.ardec-opsec@army.mil. (CDRL A007, DI-MGMT-80934C).

7.9. Per AR 530-1 (or DoDM 5205.02-M), new contractor employees, including subcontractor employees, must complete initial OPSEC training within 30 calendar days of reporting for duty and must also complete annual OPSEC awareness training as provided by the appropriately designated OPSEC level II trained OPSEC Officer/Coordinator. The Contracting Officer Representative (COR) or Agreements Officer Representative (AOR) can request DEVCOM-AC OPSEC training from DEVCOM-AC OPSEC POC e-mail: usarmy.pica.devcom-ac.mbx.ardec-crb@army.mil. (CDRL A006, DI-MISC 80678)

7.10. Per AR 530-1(or DoDM 5205.02-M), an OPSEC review is required prior to all public releases. All government information intended for public release by a contractor will undergo a government OPSEC review prior to release.

7.11. System Security Plan and Plans of Action and Milestones (SSP/POAM) Reviews:

(a) Within thirty (30) days of contract award, unless otherwise notified by the Government, the Contractor shall make its System Security Plan(s) (SSP(s)) for its covered contractor information system(s) available for review by the Government at the Contractor's facility. The SSP(s) shall describe how the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 security requirements are implemented as required by Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.204-7012, which is included in this contract, and identify all applicable Commercial and Government Entity Code codes affected. The Contractor shall fully cooperate in the Government's review of the SSPs at the Contractor's facility.

(b) If the Government determines that the SSP(s) does not adequately describe how the NIST SP 800-171 security requirements are implemented, then the Government shall notify the Contractor of each identified deficiency. The Contractor shall correct any identified deficiencies within thirty (30) days of notification by the Government. The contracting officer may provide for a correction period longer than thirty (30) days and, in such a case, may require the Contractor to submit a Plan of Action and Milestones (POAM) for the correction of the identified deficiencies. The Contractor shall immediately notify the contracting officer of any failure or anticipated failure to meet a milestone in such a POAM.

(c) Upon conclusion of the correction period, the Government may conduct a follow-on review of the SSP(s) at the Contractor's facilities. The Government may continue to conduct follow-on reviews until the Government determines that the Contractor has corrected all identified deficiencies in the SSP(s).

(d) The Government may, in its sole discretion or in response to a cyber incident, conduct subsequent reviews at the Contractor's site to verify the information in the SSP(s). The Government may conduct reviews at any time upon thirty (30) days' notice to the Contractor. (CDRL A008, DI-MGMT-82247)

7.12. Compliance to NIST SP 800-171:

(a) The Contractor shall fully implement the Controlled Unclassified Information (CUI) Security Requirements (Requirements) in NIST SP 800-171 in effect at the time the solicitation is issued or as authorized by the Contracting Officer, or establish a SSP(s) and POAMs) that varies from NIST SP 800-171 only in accordance with DFARS clause 252.204-7012(b)(2), for all covered contractor information systems affecting this contract.

(b) Notwithstanding the allowance for such variation, the Contractor shall identify in any SSP and POAM their plans to implement the following, at a minimum:

(1) Implement Requirement 3.5.3 (Multi-factor authentication). This means that multi-factor authentication is required for all users, privileged and unprivileged accounts that log into a network. In other words, any system that is not standalone should be required to utilize acceptable multi-factor authentication. For legacy systems and systems that cannot support this requirement, a combination of physical and logical protections acceptable to the Government may be substituted;

(2) Implement Requirement 3.1.5 (least privilege) and associated Requirements, and identify practices that the Contractor implements to restrict the unnecessary sharing with, or flow of, covered defense information to its subcontractors, suppliers, or vendors based on need-to-know principles;

(3) Implement Requirement 3.1.12 (monitoring and control remote access sessions)-Require monitoring and controlling of remote access sessions and include mechanisms to audit the sessions and methods;

(4) Audit user privileges on at least an annual basis;

(5) Implement Requirement 3.13.11 (Federal Information Processing Standards (FIPS) 140-2 validated cryptology or implementation of National Security Agency- or NIST-approved algorithms (i.e., FIPS 140-2 Annex A: Advanced Encryption Standard (AES) Or Triple Data Encryption Standard (DES) or compensating controls as documented in a SSP and POAM));

(6) Implement Requirement 3.13.16 (Protect the confidentiality of CUI at rest) or provide a POAM for implementation which can be evaluated by the Government Program Manager for risk to the program;

(7) Implement Requirement 3.1.19 (encrypt CUI on mobile devices) or provide a plan of action for implementation which can be evaluated by the Government Program Manager for risk to the program.

7.13. Army Counterintelligence (CI) Outreach: The Contractor shall engage, whenever practicable, with Army Cl industry outreach efforts and consider recommendations for hardening of covered contractor information systems affecting Army programs and technologies; and make Contractor personnel available for threat briefings specific to foreign intelligence threats to Army programs and technologies.

7.14. Cyber Incident Response:

(a) The Contractor shall, within fifteen (15) days of discovering the cyber incident (inclusive of the 72-hour reporting period in DFARS clause 252.204-7012), deliver all data used in performance of the contract that the Contractor determines is impacted by the incident and begin assessment of potential warfighter/program impact. Incident data shall be delivered in accordance with the Department of Defense Cyber Crimes Center (DC3) Instructions for Submitting Media available at http:// www.acq.osd.mil/dpap/dars/pgi/docs/lnstructions_for_Submitting_Media.docx. In delivery of the incident data, the Contractor shall, to the extent practical, remove contractor-owned information from Government covered defense information.

(b) If the Contractor subsequently identifies any such data not previously delivered to DC3, then the Contractor shall immediately notify the contracting officer in writing and shall deliver the incident data within ten (10) days of identification. In such a case, the Contractor may request a delivery date later than ten (10) days after identification. The contracting officer will approve or disapprove the request after coordination with DC3. (A009, DI-MGMT-82191)

7.15. Army CI/Industry Monitoring:

(a) In the event of a cyber incident or at any time the Government has indication of a vulnerability or potential vulnerability, the Contractor shall cooperate with the Army Cl, which may include cooperation related to: threat indicators; pre-determined incident information derived from the Contractor's infrastructure systems; and the continuous provision of all Contractor, subcontractor, or vendor logs that show network activity, including any additional logs the Contractor, subcontractor or vendor agrees to initiate as a result of the cyber incident or notice of actual or potential vulnerability.

(b) If the Government determines that the collection of all logs does not adequately protect its interests, the Contractor will coordinate with Army Cl to implement additional measures, which may include allowing the installation of an appropriate network device that is owned and maintained by the Army Cl, on the Contractor's information systems or information technology assets. The specific details (e.g., type of device, type of data gathered, monitoring period) regarding the installation of an Army Cl network device shall be the subject of a separate agreement negotiated between Army Cl and the Contractor. In the alternative, the Contractor may install network sensor capabilities or a network monitoring service, either of which must be reviewed for acceptability by Army Cl. Use of this alternative approach shall also be the subject of a separate agreement negotiated between Army Cl and the Contractor.

(c) In all cases, the collection or provision of data and any activities associated with this statement of work shall be in accordance with federal, state, and non-US law.



8. Data Deliverables

8.1. A001 Project Planning Chart

8.2. A002 COTS Equipment Manuals

8.3. A003 Acceptance Test Plan

8.4. A004 Training Materials

8.5. A005 Accident/Incident Report

8.6. A006 Security Training

8.7. A007 OPSEC SOP

8.8. A008 System Security Plan

8.9. A009 Cyber Incident Response





The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: FAR: 52.202-1, 52.203-3, 52.203-5, 52.203-6 Alt. I, 52.203-7, 52.203-11, 52.203-19, 52.204-7, 52.204-10, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.204-20, 52.204-21, 52.204-22, 52.204-23, 52.204-24, 52.204-25, 52.204-26, 52.207-1, 52.209-10, 52.212-1, 52.212-3, 52.212-4, 52.212-5; 52.214-34, 52.214-35, 52.215-1, 52.215-8, 52.217-5, 52.217-7, 52.217-9, 52.219-1, 52.219-8, 52.219-14, 52.222-22, 52.222-25, 52.222-41, 52.222-50, 52.222-54, 52.222-55, 52.222-62, 52.223-6, 52.225-2; 52.232-1, 52.232-8, 52.232-11, 52.232-39, 52.232-40, 52.233-1, 52.233-3, 52.233-4, 52.242-17, 52.243-1, 52.246-2, 52.247-34, 52.249-2, 52.249-8, 52.252-1, 52.252-2, 52.252-5 and 52.253-1. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.209-6, 52.209-9, 52.219-6, 52.219-28, 52.222-3, 52.222-4, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33; and DFARS: 252.203-7000, 252.203-7002, 252.203-7005; 252.204-7002, 252.204-7003, 252.204-7007 Alt A, 252.204-7008, 252.204-7012, 252.204-7015, 252.204-7017, 252.204-7018, 252.204-7019, 252.204-7020, 252.209-7004, 252.211-7003, 252.215-7013, 252.225-7001, 252.225-7012, 252.225-7036, 252.225-7048, 252.225-7972, 252.225-7973, 252.225-7974, 252.232-7003, 252.232-7006, 252.232-7010, 252.232-7017, 252.239-7016, 252.239-7017, 252.239-7018, 252.243-7001, 252.244-7000 and 252.247-7023.



Limited Distribution Data: The highest distribution level for this solicitation/contract is Distribution D



Export Control Warning: The Technical Data Package (TDP) includes technical data whose export is restricted by the Arms Export Control Act Title 22, U.S.C. SEC 2751 ET SEQ or the Export Administration Act of 1979 Title 50, U.S.C. APP. 2401 ET SEQ., as amended. Violators of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DOD Directive 5230.25. Distribution Authorized to DOD and DOD Contractors only; Export Controlled and Critical Technology; Date of Determination: 2019-08-01/2013-06-07/2003-06-03; Other requests for this document should be referred to US Army Edgewood Chemical Biological Center or US Army Armament Research Development and Engineering Center as applicable.



Destruction Notice: Destroy by any method that will prevent disclosure of contents or reconstruction of the document.



To obtain a copy of any limited distribution documents:



The potential offeror shall email a signed and approved copy of Attachment 0001 "Military Critical Technologies Data Agreement (DD Form 2345)" certified by the U.S. and Canada Joint Certification Office (JCO), a completed and signed copy of Attachment 0002 "Technical Data

Questionnaire (FCDDAC Form 1350)" and a completed and signed copy of Attachment 0003 "Non-Disclosure & Non-Use Agreement". Once all documents are complete and received by the Government POC below, the Government will provide the offeror with specific instructions on how to obtain any limited distribution documents.



The following local information also applies:



1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). Responses shall include the contractor’s Cage Code and DUNS number. Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001.



2. Responses must be plainly marked with the Solicitation Number and the date and local time set forth for bid opening or receipt of quotes in the solicitation document.



3. Information regarding the timeliness of response is addressed in the provision of the solicitation entitled either “Late Submission, Modification and Withdrawal of Bid” or “Instructions to Offerors – Competitive Acquisitions”.



4. Procurement Information:



This Procurement is 100% set aside for small businesses.

The applicable NAICS code is: 333998



5. Issuing Office

U.S. Army Contracting Command – New Jersey

ATTN: Nicole L. Thalmann

Office Symbol: CCNJ-JA

Picatinny Arsenal, NJ 07806-5000

Email: nicole.l.thalmann.civ@army.mil



6. Point of Contact for Information:

Contract Specialist:

Kimberly Kaschak

ACC-NJ

Building 9

Picatinny Arsenal, NJ 07806-5000

kimberly.j.kaschak.civ@army.mil

973-724-0218



Contracting Officer:

Nicole L. Thalmann

ACC-NJ

Building 9

Picatinny Arsenal, NJ 07806-5000

nicole.l.thalmann.civ@army.mil

973-724-8200



DISCLOSURE OF UNIT PRICE INFORMATION



This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial quotes.



Packaging and Marking

Commercial Packaging shall apply to this procurement (see below).



Bar Codes are not required.



The estimated weight of the item in its shipping container is greater than 200 pounds but less than 2,500 pounds.



The Security Classification of the material to be shipped is Unclassified.



The item being shipped is not hazardous and not Arms, Ammunition or Explosives.



No Government Furnished Equipment will be provided for this contract.



All items shall be delivered to:

TBD

Picatinny Arsenal, NJ 07806



COMMERCIAL PACKAGING REQUIREMENTS



1. Packaging - Preservation, packaging, packing, unitization and marking furnished by the supplier shall provide protection for a minimum of one year, provide for multiple handling, redistribution and shipment by any mode and meet or exceed the following requirements.



1.1 Cleanliness - Items shall be free of dirt and other contaminants which would contribute to the deterioration of the item, or which would require cleaning by the customer prior to use. Coatings and preservatives applied to the item for protection are not considered contaminants.



1.2 Preservation - Items susceptible to corrosion or deterioration shall be provided protection such as preservative coatings, volatile corrosion inhibitors, desiccants, waterproof and/or water-vapor-proof barriers.



1.3 Cushioning - Items requiring protection from physical and mechanical damage (e.g., fragile, sensitive, critical material) or which could cause physical damage to other items, shall be protected by wrapping, cushioning, pack compartmentalization, or other means to mitigate shock and vibration and prevent damage during handling and shipment.



2. Unit package



2.1 Unit Package - A unit package shall be so designed and constructed that it will contain the contents with no damage to the item(s), and with minimal damage to the unit pack during shipment and storage in the shipping container and will allow subsequent handling. The outermost component of the unit package shall be a container such as a sealed bag, carton or box.



2.2 Unit Package Quantity - Unless otherwise specified, the unit package quantity shall be one each part, set, assembly, kit, etc.



3. Intermediate Package



3.1 Intermediate Packaging - The use of intermediate packaging is required whenever one or more of the following conditions exist:



a. The quantity is over one (1) gross of the same national stock number.



b. Use enhances handling and inventorying.



c. The exterior surface of the unit pack is a barrier bag.



d. The unit pack is less than 64 cubic inches.



e. The weight of the unit pack is less than five (5) pounds and no dimension is over twelve (12) inches.



Intermediate container shall be limited to a maximum of 100-unit packs, a net load of 40 pounds, or a maximum volume of 1.5 cubic feet, whichever occurs first.



4. Packing



4.1 Unit packages and intermediate packages not meeting the requirements for a shipping container shall be packed in shipping containers. All shipping containers shall be the most cost effective and shall be of the minimum cube to contain and protect the items.



4.2 Shipping Containers - The shipping container (including any necessary blocking, bracing, cushioning, or waterproofing) shall comply with the regulations of the carrier used and shall provide safe delivery to the destination at the lowest tariff cost. The shipping container shall be capable of multiple handling, stacking at least ten feet high, and storage under favorable conditions (such as enclosed facilities) for a minimum of one year.



5. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance. The weight capacity of the pallet must be adequate for the load. The preferred commercial expendable pallet is a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized. The load shall be contained in a manner that will permit safe handling during shipment and storage.



6. Marking



All unit packages, intermediate packs, exterior shipping containers, and as applicable, unitized loads shall be marked in accordance with MIL-STD-129, Revision R, Date 18 February 2014 including bar coding. The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel. NOTE: Passive RFID tagging is required in all contracts that contain DFARS clause 252.211-7006. Contractors must check the solicitation and/or contract for this clause. For details and most recent information, see http://www.acq.osd.mil/log/rfid/index.htm for the current DoD Suppliers’ Passive RFID Information Guide and Supplier Implementation Plan. If the item has Unique Item Identifier (UII) markings then the UII needs to be 2D bar coded and applied on the unit package, intermediate and exterior containers, and the unit load.



7. Hazardous Materials



7.1 A hazardous material is defined as a substance which has been determined by the Department of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Title 49 CFR and other applicable modal regulations effective at the time of shipment.) Ammunition and explosives (Hazard Class 1) are special cases and must be properly hazard classified and registered with the competent authority of the United States (Department of Transportation).



7.2 Packaging and marking for hazardous material shall comply with the requirements for the mode of transport and the applicable performance packaging contained in the following documents:

a. International Air Transport: International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air



b. International Vessel Transport: International Maritime Dangerous Goods Code (IMDG)



c. Domestic Transport: Code of Federal Regulations (CFR) Title 49



d. Military Air Transport: Joint Service Regulation AFMAN24-204/TM38-250/NAVSUP PUB 505/MCO P4030.19/DLAM 4145.3.



7.3 If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the regulations of the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers.



7.4 A Product Material Safety Data Sheets (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside a waterproof sealed pouch attached to the outside of the package.



8. Wood Packaging Materials - Heat Treatment and Marking of Wood Packaging Materials: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 continuous minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved DUNNAGE stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry.



9. Quality Assurance -The contractor is responsible for establishing a quality system. Full consideration to examinations, inspections, and tests will be given to ensure the acceptability of the commercial package.



GOVERNMENT PROCUREMENT QA ACTIONS: INSPECTION



Government Procurement Quality Assurance (PQA) actions will be accomplished by the Government Quality Assurance Representative (QAR) at: Destination



GOVERNMENT PROCUREMENT QA ACTIONS: ACCEPTANCE



Acceptance of supplies will be at: Destination



HQ AMC-LEVEL PROTEST PROGRAM

If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103.



Send protests (other than protests to the contracting officer) to:

Headquarters U.S. Army Materiel Command

Office of Command Counsel-Deputy Command Counsel 4400 Martin Road

Rm: A6SE040.001

Redstone Arsenal, AL 35898-5000

Fax: (256) 450-8840

Email: usarmy.redstone.usamc.mbx.protests@mail.mil



The AMC-level protest procedures are found at:

Web Address: http://www.amc.army.mil/amc/commandcounsel.html



If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.



This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es):



FAR - https://www.acquisition.gov/







***Addenda to 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services - Quote SUBMISSION



This section contains quote submission instructions as well as specific quote requirements for the solicitation.



The Offeror’s quote shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a quote in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in quotes. The burden of proving acceptability remains with the Offerors. The Government intends to award a contract without discussions, however, the Government reserves the right to conduct discussions to permit Offerors to revise their quotes, if it is determined to be of benefit to the Government. If an Offeror takes exception to any of the terms and conditions of the solicitation, the offer may not be considered for contract award. All Offerors are urged to ensure that their initial quotes are submitted with the most favorable terms in order to reflect their best possible potential.



General: The quote shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for quote (RFQ).



To allow for the Government to evaluate Experience, the offeror shall submit up to three (3) examples of work experience of a similar nature, scope, complexity, and difficulty to that which will be performed under the prospective contract contemplated by this solicitation. For each example, the offeror shall provide a name and contact information of a reference that can substantiate the work performed.



The Government will not assume Offerors possess any capability, understanding, or commitment not specified in the quote. All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective Offeror will be conducted.





US Army Contracting Command-New Jersey

CCNJ-JA, Nicole Thalmann

Picatinny Arsenal, NJ 07806-5000

E- mail: nicole.l.thalmann.civ@army.mil



US Army Contracting Command-New Jersey

CCNJ-JA, Kimberly Kaschak

Picatinny Arsenal, NJ 07806-5000

E- mail: kimberly.j.kaschak.civ@army.mil



Submission Instructions:



Electronic copies of each volume shall be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. Quotes submitted by mail or hand-carried will not be evaluated. Quotes sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be retrieved. It is the responsibility of the Offeror to confirm receipt of quotes. All quotes received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition Regulation (FAR). For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf.



It is the Offeror’s responsibility to obtain written confirmation of receipt of all electronic files of the full quote by the ACC-NJ Contracting office. In the event that the Solicitation Module is down, the alternate method for quote submission is via email. It shall be noted that the size limit on incoming messages for this alternate email is 35MB. The Offeror must obtain prior approval from the Contracting Officer via email to use the alternate submission method. The Contracting Officer will provide the alternate email address at that time.



Offerors are responsible for ensuring electronic copies are virus-free and shall run an anti-virus scan before submission. Electronic copies of each volume shall be compatible with the following software products: Adobe Acrobat Reader 11 and Microsoft Office Suite 2016. Narrative portions of the quote shall be in Adobe Acrobat portable document file (pdf) searchable text format. The Offeror shall not embed sound or video (e.g., MPEG) files into the quote files. Electronic files shall be clearly identified for each volume, section, and item.







Addenda to 52.212-2 Evaluation—Commercial Products and Commercial Services:



BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2), offerors are notified that the award will be made to the responsible offeror whose quote, conforming to the solicitation, provides the best value to the government in accordance with the evaluation factors stated in this RFQ. Offerors will be evaluated in accordance with FAR 13.106-2(b) on the following factors:

i) Technical - The Government will evaluate the extent to which the overall system and subsystem design, hardware, software, and plans to complete the work demonstrate that the Government’s requirements will be met.

ii) Experience - The Government will evaluate the extent to which the Contractor’s previous experience with projects of a similar size, scope and complexity demonstrate its capability to successfully perform the requirements of this purchase order.

(ii) Price







Please complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company’s representations and certifications are current and available via Sam.gov. Point of Contacts: Nicole Thalmann; nicole.l.thalmann.civ@army.mil and Kimberly Kaschak; kimberly.j.kaschak.civ@army.mil. Quotes must be received No Later Than February 8, 2023, 4:00 PM EST. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quote is the responsibility of the Offeror.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • 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 >