Illinois Bids > Bid Detail

Aluminum Plate

Agency:
Level of Government: Federal
Category:
  • 95 - Metal Bars, Sheets, and Shapes
Opps ID: NBD00159509924614790
Posted Date: Mar 1, 2024
Due Date: Mar 6, 2024
Source: https://sam.gov/opp/cda87b2d96...
Follow
Aluminum Plate
Active
Contract Opportunity
Notice ID
PANROC-24-P-0000-003290
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?

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: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 01, 2024 04:48 pm EST
  • Original Date Offers Due: Mar 06, 2024 11:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9515 - PLATE, SHEET, STRIP, FOIL, AND LEAF
  • NAICS Code:
    • 331315 - Aluminum Sheet, Plate, and Foil Manufacturing
  • Place of Performance:
    Rock Island , IL 61299
    USA
Description

Request for Quote (RFQ) for Aluminum Plate in support of Joint Manufacturing Command (JMC)



Reference:



1. RFQ# 3290 Aluminum Plates



2. Attachment 0001: Provisions and Clauses



o CLIN 0001 Description: ALU, PLT, 5.5” ,6061 T6, SPEC QQ-A-250/11

o QTY: 1 plate

o Material Requirements: 5.5" THICK ALUM PLT 6061 T6 (48"X120") SPEC QQ-A-250/11

o Required Delivery: 29 April 2024

Certificate of Conformance (COC) and Certified Test Report (CTR) are required with delivery.



o CLIN 0002 Description: ALU, PLT, 3.25” , 6061 T6, SPEC QQ-A-250/11

o QTY: 1 plate

o Material Requirements: 3.25" THICK ALUMINIUM PLATE 6061 T6 (48"x120") SPEC QQ-A-250/11

o Required Delivery: 29 April 2024

Certificate of Conformance (COC) and Certified Test Report (CTR) are required with delivery.



3. This Request for Quote (RFQ) is issued in accordance with Federal Acquisition Regulation (FAR) Part 12 -

Acquisition of Commercial Products and Commercial Services, and FAR Part 13 - Simplified Acquisition Procedures.

Per FAR 12.302(d), any tailoring to a contract for commercial items shall be by addendum to the contract.

Addendum to FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023) and

FAR 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (DEC 2022) are attached.



4. This solicitation is 100% Small Business set-aside



5. Certificate of Conformance see FAR 52.246-15 CERTIFICATE OF CONFORMANCE and any applicable/available Certified Test Report are required with delivery.



a)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.



6. The Government intends to make a firm-fixed-price (FFP) award to the responsive, responsible offeror whose quote conforms to

the terms and conditions of the solicitation requirements and represents the lowest total price. All quotes shall be sent electronically to the

Contracting Officer Nathanial S. Tutor at nathanial.s.tutor.civ@army.mil and the Contract Specialists Joe Rivard at lynn.j.rivard3.civ@army.mil

and Sophia Moritz at sophia.a.moritz.civ@army.mil. Quotes are due 6 March 2024 @1000 CST (Central Standard Time).



7. Required Delivery Due Date is 29 April 2024. If contractor cannot meet the requested delivery date, please provide the delivery date that can be met.

Early Delivery is acceptable and authorized at no additional cost to the Government.



8. Unit prices must include all shipping/delivery charges.



9. Payment will be made by the Defense Finance and Accounting Service (DFAS) in accordance with Defense Federal

Acquisition Regulation Supplement 252.232-7006 Wide Area Workflow Payment Instructions.



10. SHIPPING/DELIVERY INSTRUCTIONS AND INFORMATION



a) THE COMPLETE PURCHASE ORDER NUMBER (To Be Determined) 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.

b) A Packing List must be included with each shipment.



c) 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 DDl 155, Block 15 of the SF1449, or Block 11 of the SF 26)

MAY RESULT IN A DELAY IN PAYMENT.

FOB DESTINATION TO:

TRANSPORTATION OFFICER BLDG 299,

BECK AND GILESPIE EAST END,

RECG DOOR 16A ROCK ISLAND IL 61299-5000

d) Raw material ordered by and delivered to Rock Island Arsenal Joint Manufacturing and Technology Center (RIA-JMTC)

must meet the following requirements to ensure efficient and timely unloading, receipt processing and payment.



1.Material must be delivered on a flatbed truck.

2.Material must be securely banded to a pallet/skid.

3.Bundles need to be wrapped; truck needs to be tarped during shipment.

4.All Bundles must be properly labeled with easy-to-read tags and must contain

the proper documentation showing the contract number, CLIN and QTY delivered.



11. RECEIVING HOURS OF OPERATION

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

b) Deliveries before or after the above stated hours will be turned away. Appointments are not necessary. For Directions call: 309-782-8539 (Automated)

c) ANY CHANGE IN THE "SHIP TO" ADDRESS MUST BE APPROVED BY A WRITTEN CONTRACT MODIFICATION FROM THE CONTRACTING OFFICER



12. IMPORTANT DELIVERY INFORMATION



a) Effective Immediately: Rock Island Arsenal (RIA) Visitor Access Passes are issued to individuals, not companies.

b) 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.

c) 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.

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

e) TRUCKS MUST ENTER THROUGH MOLINE, IL GATE, OFF OF RIVER DRIVE IN MOLINE I-74.

f) 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 ofldentification 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 Fireann Owners Identification (FOID) card.

g) The contractor needs 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 WILL NOT BE ALLOWED ON THE INSTALLATION AND WILL BE TURNED AWAY.

h) POC for this Access Control Policy is: Rock Island Arsenal Visitor Center, Phone: (309) 782-0485, Fax: (309) 782-5029, usarmy.ria.imcom.mbx.usag-access-request@army.mil



13. Rock Island Arsenal Safety Requirements:



a) All Contractors and Contractor personnel coming on to RIA must comply with the Rock Island Arsenal/Joint Manufacturing and Technology Center (RIA-JMTC),

other Arsenal safety requirements and all federal, state, and local safety laws and regulations.

b) 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.

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

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

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



14. 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.



15. 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.



16. ACC-RI Government POCs for this solicitation is as follows:



Nathanial S. Tutor (Contracting Officer), Email: nathanial.s.tutor.civ@army.mil

Joe Rivard (Contract Specialist), Email: lynn.j.rivard3.civ@army.mil

Sophia Moritz (Contract Specialist), Sophia.a.moritz2.civ@army.mil










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
  • Mar 01, 2024 04:48 pm ESTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >