Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2002 FBO #0088
SOLICITATION NOTICE

93 -- Miscellaneous Fabricated Non-Metallic Materials

Notice Date
2/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
DAAD17-02-R-0010
 
Response Due
3/15/2002
 
Archive Date
4/14/2002
 
Point of Contact
Donna Sheely, 301-394-3384
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(dsheely@arl.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposa ls/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). (ii) The solicitation number is DAAD17-02-R-0010. (iii) The solicitation document and incorporated provisions and cla uses are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) The associated North America Industry Classification System (NAICS) Code is 327999 and the Business Size Standard is 500. (v) The following is a list of contract line item nu mbers, description, and quantity: CLIN NO. DESCRIPTION QUANTITY 01 Silicon Carbide Tile, 4 inch by 4 inch by 0.75 inch 10 each 02 Silicon Carbide Tile, 4 inch by 4 inch by 1 inch 15 each (vi) Description of requirements: The above items are being solicited on a full and open competition. This action is to perform technical evaluations of marketplace tiles, their ranges, materials, and the various tradeoffs, which fall within the stated s pecifications. The Government intends to make multiple awards. Each vendor must be able to provide pricing for both items in the above stated quantities. The government reserves the right to award on an ?all or none? basis. The following are the specif ications and material requirements for the Silicon Carbide Tiles: Candidate Vendors responding to this announcement must provide Informational Data documenting evidence of their technical expertise in providing the following: Vendor SiC properties and cha racterization methods (e.g. ASTM, ISO, 4-point bend, etc.) from which the properties are cited in meeting the minimum or maximum ranges of the Material Requirements below; and the Nominal chemical and phase composition (in weight percent) of their bulk SiC tiles. Materials Requirements: Density Range: minimum equals 3.10 g/cc, maximum equals 3.35 g/cc; Maximum Allowable Porosity: 2 volume percent; Maximum Allowable Porosity Size: 50 microns; Flexural Strength: Greater than or equal to 380 Mpa; Weibull Modu lus: Greater than or equal to 12; Elastic Modulus: Greater than or equal to 410 Gpa; Hardness: Greater than or equal to 2400 kg/mm2 for Knoop at 300g load; Shape, Size, Final Machining Tolerances: Contact jcc@arl.army.mil for electronic copies of the draw ings for items 1 and 2. (vii) Delivery is required 90 days from date of Award. Delivery shall be made to US Army Research Laboratory, ATTN: Shipping and Receiving, Bldg. 434, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed on-site at US Army Research Labo ratory, APG, MD 21005-5001. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provisio n at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Informational data, past performance, delivery schedule and price. Inf ormational data, past performance and delivery schedule are of equal importance and when combined are significantly more important than price. The government is not responsible for locating or securing any information, which is not identified in the propo sal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets t he minimum requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of t his solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Vendor past performance and qualifications in production of SiC tiles will substantiate their a bility to provide the technical capabilities. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. The information shall demonstrate the offeror?s successful performance under existing and/or prior contracts for the same or similar services. Past performance information will be used in responsibility determinations and as a tool to determine best value to the Government. Past performance will consi der the ability of the offeror to meet the technical specifications and delivery schedule. Offerors must include records of the last five years of the proposed product due to the rapid evolution of the technology in this particular commodity and identify a point of contact for each by providing a name and telephone number. The government intends to make multiple awards to the responsible offerors whose 1) informational date and past performance information clearly demonstrates that the offerors are capabl e of meeting all of the requirements of the government; 2) whose past performance information supports a Government determination of responsibility and best value; and 3) offerors ability to meet or better the required delivery date. The government reserv es the right to make the multiple awards without discussions and to award to other than the lowest price. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFA RS 252.212-7000, Offeror Representations and Certifications - with its offer. (xi) The clause at FAR 52.212-4, applies to this acquisition. The following agenda has been attached to the clause: None. (xii) The clause at FAR 52.212-5, applies to this acq uisition. The following additional FAR clauses cited in this clause apply: FAR 52.203-6; FAR 52.216-27; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 2.222-36; FAR 52.225-1; FAR 52.232-33. (xiii) The following additional contract terms and conditions apply: DFARS 252.212-7000 and 252.212-7001. The following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7007; DFARS 252.225-7012; DFARS 252.225-7014; DFARS 252.227-7015; DFARS 252.227-7037. Clauses and provisions are incorporated by reference . Clauses and provisions can be obtained at http://www.arnet.gov. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9E. (xv) Offers are due on 15 March 2002 by 1600 hours, at US Army Research Laboratory, RM AC-Adelphi, APG Satellite Purchasing Team, AMSSB-ACA-A, Bldg. 434, Aberdeen Proving Ground, MD 21005. (xvi) For information regarding this solicitation, please contact Jean Craig at (410) 278-6517, FAX (410) 278-6522 or email jcc@arl.army.mil.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00031254-W 20020228/020226213259 (fbodaily.com)
 
Source
FedBizOpps.gov 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.