Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 07, 2018 FBO #6162
SOLICITATION NOTICE

68 -- Di-(2-ethy1hexy1) Adipate (DOA)

Notice Date
10/5/2018
 
Notice Type
Presolicitation
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-19-R-3001
 
Archive Date
11/6/2018
 
Point of Contact
Michael Edward Perez, Phone: 3097823360
 
E-Mail Address
michael.e.perez24.civ@mail.mil
(michael.e.perez24.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Supply Code (FSC) 6850 Miscellaneous Chemical Specialties. North American Industry Classification System (NAICS) Code 325199 All Other Basic Organic Chemical Manufacturing. Noun: Di-(2-ethy1hexy1) Adipate (DOA). The offered product must conform to MIL-DTL-82886A and DoD-D-23443B Amendment 2 and PBXN-109. Interested vendors will need to register on the ASSIST Website (https://assist.dla.mil) to view the specifications. This acquisition will be solicited on a Full and Open / Unrestricted basis. All manufacturing sources must be approved prior to proposal submission. There are three known approved manufacturing sources: BASF Corporation, Eastman Chemical Company and Hatco Corporation. This procurement is for DOA used in ordnance production. The end user shall be the McAlester Army Ammunition Plant located in McAlester, OK. FOB Destination shall apply to all contract shipments. Certificate of Conformance, Certificate of Analysis, MSDS, Hazard Warning Label and a manufacturer's approval letter from the U.S. Navy shall be required in response to the solicitation. The above requirement for a manufacturer approval letter shall apply when a vendor offers product manufactured by other than an approved manufacturing source. The Government objective is a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a base year of performance plus two one-year option periods of performance or a three-year total performance period. Estimated maximum quantity is 1,123,000 pounds. Orders will be funded and placed on an as-needed basis. The offeror shall be responsible for complying with all costs associated with pre-award product qualification, manufacturing verification and material restriction, except for Government travel and Government testing. The source of supply must be an approved manufacturer prior to proposal submittal. Pre-award product qualification includes the offeror providing a certificate of conformance and certificate of analysis with full analytical results listed for the specific manufactured lot, as well as providing a sample for Government testing, in accordance with MIL-DTL-82886A, DoD-D-23443B, and PBXN-109. The Government reserves the right to request a sample from any and all offerors. The sample, if requested, shall be presented to the Government for inspection within 30 days after the solicitation closing date for Government testing to determine compliance with all specifications to produce acceptable DOA material. The Government will then notify the contractor of approval, conditional approval, or disapproval of the submitted sample. Manufacturing verification includes the Government witnessing the manufacture of the DOA at the manufacturing facility and the Government witnessing all specification testing of the initial batch of DOA. Material will not be accepted for pre-award testing unless the Government witnessed the manufacturing of the material (batch). The Government reserves the right to waive any or all requirements for pre-award qualification and manufacturing site visit, based upon verifiable offerors who regularly engage in the manufacture of DOA material and provide proof that they have previously made and supplied DOA material that was produced, presented, accepted, and consumed by the Government for MCAAP ordnance production. Army Contracting Command - Rock Island intends to issue this Request for Proposals (RFP) W52P1J-19-R-3001 via the internet at http://www.fbo.gov. Anticipated release date for the solicitation is on or about 31 October 2018 with a closing date approximately 30 days from the date of RFP issuance. Any changes to the RFP shall also be posted to the FBO website. It is the vendor's responsibility to check FBO daily for any posted changes. All contractors who provide goods and/or services to the Department of Defense (DoD) must be registered in the System for Award Management (SAM). Interested vendors may register via the Internet at https://www.sam.gov/portal/public/SAM/ or contact SAM Registration Assistance Center customer service at 1-866-606-8220 and request the registration form and assistance packet for completion. Direct any questions prior to the solicitation issue date in writing to Army Contracting Command - Rock Island, ATTN: CCRC-AA/Mike Perez, 3055 Rodman Avenue, Rock Island, IL 61299-8000 or e-mail your inquiries to michael.e.perez24.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/167512bc1c39a6d8ecf1a5056f84a159)
 
Record
SN05117045-W 20181007/181005230341-167512bc1c39a6d8ecf1a5056f84a159 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.