Illinois Bids > Bid Detail

C355.0 Aluminum Ingot - 7,000 lbs

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 96 - Ores, Minerals, and Their Primary Products
Opps ID: NBD00159451821201533
Posted Date: Feb 3, 2023
Due Date: Feb 6, 2023
Solicitation No: 1579
Source: https://sam.gov/opp/889ece82f0...
Follow
C355.0 Aluminum Ingot - 7,000 lbs
Active
Contract Opportunity
Notice ID
1579
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RI
Office
W6QK ACC-RI
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 03, 2023 10:49 am CST
  • Original Published Date: Feb 01, 2023 01:01 pm CST
  • Updated Date Offers Due: Feb 06, 2023 04:30 pm CST
  • Original Date Offers Due: Feb 06, 2023 04:30 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 21, 2023
  • Original Inactive Date: Feb 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9650 - NONFERROUS BASE METAL REFINERY AND INTERMEDIATE FORMS
  • NAICS Code:
    • 331314 - Secondary Smelting and Alloying of Aluminum
  • Place of Performance:
    Rock Island , IL 61299
    USA
Description View Changes

RFQ #1579



Amendment 001 to RFQ # 1579:



The acceptable size range for the aluminum ingot C355.0 is 5” X 4” X 29” up to 7” X 6” X 31”.



The date offers due remains: Feb 06, 2023 04:30 pm CST.



Addendum to 52.212-1 Instructions:





Request for Quote (RFQ) for the Rock Island Arsenal - Joint Manufacturing & Technology Center





Item: C355.0 Aluminum Ingot



The acceptable size range for the aluminum ingot C355.0 is 5” X 4” X 29” up to 7” X 6” X 31”.



Quantity: 7,000 lbs





QA REQUIREMENTS FOR THIS MATERIAL ARE AS FOLLOWS




  1. CERTIFICATE OF CONFORMANCE (COC), see FAR 52.246-15 CERTIFICATE OF CONFORMANCE

  2. CERTIFIED TEST REPORT MUST (CTR) or MILL TEST REPORTS (MTR’s)

  3. MATERIAL SAFETY DATA SHEET (MSDS), see FAR 52.223-3 and DFARS 252.223-7001 HAZARD WARNING LABELS



ALL SHALL ACCOMPANY YOUR SHIPMENT TO ROCK ISLAND ARSENAL FOR ACCEPTANCE.





The Government intends to make a firm fixed price (FFP) award to the lowest priced, responsive, responsible vendor whose quote, conforms to the RFQ requirements and represents the lowest total evaluated price.





FOB DESTINATION to:



AMSAS-FSI-LRI



3331 CHESTNUT AVENUE



BUILDING 154 RECEIVING BRANCH



ROCK ISLAND IL 61299-5000





Delivery Schedule: Please note best possible delivery, FOB Destination – Please include any freight charges in your quote.





Inspection & Acceptance: Destination





This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.





Quote shall include total price for 7,000lbs, delivery dates, cage code and point of contact (POC).





Please submit quotes to Joseph Spain at joseph.r.spain3.civ@army.mil by 4:30 p.m. CST, February 6th, 2023. Please copy furnish lynn.j.rivard3.civ@army.mil and nathan.b.bowers.civ@army.mil on any quotes sent.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021.





END OF Addendum to 52.212-1 Instructions:





RFQ Provisions/Clauses:



52.212-1, Instructions to Offerors-Commercial



52.212-2, Evaluation-Commercial Items with fill in for paragraph (a): Evaluation factors are Price and Delivery. Delivery is more important than Price.



52.212-3, Offeror Representations and Certifications-Commercial Items



52.212-4, Contract Terms and Conditions - Commercial Items



52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items and applicable clauses annotated below from paragraph B.





Clause



TITLE



52.203-6 ALTI



RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT WITH ALTERNATE I



52.204-10



REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS



52.209-6



PROTECTING THE GOVERNMENT’S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT



52.219-6



NOTICE OF TOTAL SMALL BUSINESS ASIDE



52.219-8



UTILIZATION OF SMALL BUSINESS CONCERNS



52.219-14



LIMITATIONS ON SUBCONTRACTING



52.219-28



POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION



52.222-19



CHILD LABOR—COOPERATION WITH AUTHORITIES AND REMEDIES



52.222-21



PROHIBITION OF SEGREGATED FACILITIES



52.222-26



EQUAL OPPORTUNITY



52.222-50



COMBATING TRAFFICKING IN PERSONS



52.223-3



HAZARDOUS MATERIAL IDENTIFICATION & MATERIAL SAFETY DATA



52.223-18



ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING



52.225-3



BUY AMERICAN--FREE TRADE AGREEMENTS--ISRAELI TRADE ACT ALT I









Commercial Provisions/Clauses:





Clause



Title



252.203-7000



REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS



252.203-7005



REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS



252.223-7001



HAZARD WARNING LABELS



252.232-7003



ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS



252.232-7006



WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS



252.232-7010



LEVIES ON CONTRACT PAYMENTS



252.244-7000



SUBCONTRACTS FOR COMMERCIAL ITEMS



52.204-13



SYSTEM FOR AWARD MANAGEMENT MAINTENANCE



52.204-16



COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING



52.204-18



COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE



52.204-7



SYSTEM FOR AWARD MANAGEMENT



52.232-40



PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS







Addendum to 52.212-4, Non – Commercial Provisions/Clauses:



52.247-34 F.O.B. DESTINATION



52.246-15 CERTIFICATE OF CONFORMANCE



52.211-17 DELIVERY OF EXCESS QUANTITIES



52.252-2 CLAUSES INCORPORATED BY REFERENCE



52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES



Certified Test Report (CTR) or Mill Test Reports (MTR’s) from the producing mill are required for each (heat) shipment. Material will not be inspected and accepted without the MTR.



Original MTR’s must include but are not limited to the following:



1) Actual chemical analysis



2) Mechanical properties



3) Must reference the Mil Spec per the Line item.



4) Heat / lot number with each shipment, and marked on the material



5) Material type and temper shall be physically marked on all material.



6) Mill name, telephone number, and address





SHIPPING/DELIVERY INSTRUCTIONS AND INFORMATION



1. THE COMPLETE PURCHASE ORDER, DELIVERY ORDER, CALL ORDER, OR CONTRACT NUMBER (The Number that starts with W519TC—(TBD) MUST BE ON THE OUTSIDE OF THE SHIPPING CONTAINER. This number must also appear on all packing slips, invoices, bills, or any communications regarding this order.



2. A Packing List must be included with each shipment.



3. SHIPMENT OR DELIVERY TO ANY ADDRESS OTHER THAN THE “SHIP TO” ADDRESS DESIGNATED IN THE PURCHASE ORDER /DELIVERY ORDER/ CALL ORDER/ CONTRACT (Block 14 of the DD1155, Block 15 of the SF1449, or Block 11 of the SF 26) MAY RESULT IN A DELAY IN PAYMENT.





Ship to location is:



AMSAS-FSI-LRI



3331 CHESTNUT AVENUE



BUILDING 154 RECEIVING BRANCH



ROCK ISLAND IL 61299-5000







ROCK ISLAND ARSENAL SAFETY REQUIREMENTS



1. All Contractors and Contractor personnel coming on to Arsenal Island must comply with the Rock Island Arsenal/Joint Manufacturing and Technology Center (RIA-JMTC), other Arsenal Island safety requirements and all federal, state, and local safety laws and regulations.



2. Contractors must provide their employees with, and the employees must use, all required safety equipment necessary for the work they are performing and/or the areas they are in.



3. This includes safety glasses, safety shoes, proper clothing, proper protective equipment and rigging.



4. All drivers on Arsenal Island must use seatbelts at all times when driving a motor vehicle.



5. If in doubt about any safety requirements, contact the Rock Island Safety Office Phone: 309-782-2579.





PHOTOGRAPHIC EQUIPMENT RESTRICTIONS





There are restrictions on the use of photographic devices in all non-public areas of Arsenal Island. This includes digital cameras, cell phones and PDAs with cameras. You must get permission to use any type of photographic device in any non-public area on Arsenal Island. All requests must be coordinated with the Contracting Officer’s Representative (COR) or designated Contracting Officer for this effort prior to using any photographic device.





CONCEALED CARRY RESTRICTIONS





Concealed carry permits do not apply on military installations. Contractors and delivery drivers shall ensure there are NO weapons or ammunition in their vehicles prior to entering the installation; a K-9 unit will find and alert if any prohibited items are detected.





RECEIVING HOURS OF OPERATION





RECEIVING HOURS OF OPERATION:



Monday - Friday, 6:30 am to 2:00 pm CST



Deliveries before or after the above stated hours will be turned away.



Appointments are not required.



For directions call: 309-782-8539 (Automated)





Effective Immediately: Rock Island Arsenal (RIA) Visitor Access Passes are issued to individuals, not companies. All visitors, to include transportation and freight services, official and unofficial, are highly suggested to pre-register at least three (3) business days in advance. Pre-registering visitors allows for the NCIC-III background check to be conducted before the individual visits RIA, reducing the wait time necessary to complete the check.





All visitors must complete a Visitor Access Request Form. Access Request Forms should be emailed or faxed prior to the delivery. The Visitor Access Request Form can be found at http://www.usagria.army.mil/AccessRequests



Follow the instructions on How to Obtain a Visitor Pass. All first time visitors must process through the Moline Gate Visitor Center.





TRUCKS MUST ENTER THROUGH MOLINE, IL GATE, OFF OF RIVER DRIVE IN MOLINE I-74. Transportation Service Providers are required to send drivers with proper identification who meet all the installation access requirements. Transportation Service Providers are required to send United States Citizens and drivers that will pass applicable background checks. Failure to do so can result in warnings or Non-use. Real-ID access implementation is active at Rock Island Arsenal, IL. Individuals using a driver's license from the states of Illinois, Minnesota, Missouri, New Mexico or Washington will have to use a secondary form of Identification to enter U.S. military installations. Additional forms of identification that may be used in conjunction with a state driver's license are Vehicle Registration with name and address, Veterans Health Identification Card, PIV Card, PIV-1 Card, DHS "Trusted Traveler" Card, U.S. Certificate of Naturalization or Certificate of Citizenship (Form N-550), and State of Illinois Firearm Owners Identification (FOID) card.





The prime vendors need to ensure this information is passed on to any subcontractors and/or transportation providers they may utilize during performance of their contract. DRIVERS WHO DO NOT MEET THE INSTALLATION ACCESS REQUIREMENTS, THEY WILL NOT BE ALLOWED ON THE INSTALLATION AND WILL BE TURNED AWAY.





POC for this Policy are:



Rock Island Arsenal Visitor Center



(309) 782-0485 -phone



(309 782-5029-fax



usarmy.ria.imcom.mbx.usag-access-request@mail.mil






  1. Army Contracting Command – Rock Island



Government Point of Contact (POC)



Title



Name



E-mail



Contract Specialist



Joseph Spain



joseph.r.spain3.civ@army.mil



Contract Specialist



Lynn (Joe) Rivard Jr.



Lynn.j.rivard3.civ@army.mil



Procuring Contracting Officer



Nathan Bowers



Nathan.b.bowers.civ@army.mil















END OF ADDENDUM TO 52.212-4


Attachments/Links
Contact Information
Contracting Office Address
  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >