Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

95 -- COMBINED SYNOPSIS/SOLICITATION FOR VARIOUS TITANIUM PLATES

Notice Date
6/23/2003
 
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
DAAD17-03-T-0030
 
Response Due
7/21/2003
 
Archive Date
9/19/2003
 
Point of Contact
Gregory Davies, 410-278-6809
 
E-Mail Address
US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(gdavies@arl.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Army Research Laboratory, Aberdeen Proving Ground, MD is planning to purchase several sizes of specially processed Titanium sheets. Each sheet of Titanium is graded as 6AI-4V, MIL-DTL-46077F, Class 3, as modified below. The anticipated award date is J uly 2003. This action is a full and open competition and is unrestricted as to business size. The NAICS code for this action is 331221; the SIC code is 3325. The Government has restricted this purchase to metals that are rolled and melted in the US or Ca nada. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals ar e being requested and a written solicitation will not be issued. This action is issued as a request for proposal (RFP). The solicitation number is DAAD17-03-T-0030. The solicitation document and incorporated provisions and clauses are those in effect thro ugh Federal Acquisition Circular (FAC) 2001-14. This purchase will be made under the test procedures for the procurement of commercial items under the authority of FAR 13.5. Important Special Requirements Regarding this Titanium Buy: All the Titanium listed below (Items 001 to 010) must be made from a single Electron Beam (EB) or Plasma melt ingot. An exception to this requirement may be granted if the producer of the items 001 to 010 cannot pour an ingot that is sufficiently large en ough to produce all the plates (approximately 12,100 pounds). Additional requirements are listed below. A certified Chemical Analysis for each heat utilized and Ballistic documentation from ATC (Army Test Center) shall be required before or with the deli very of the plates for material produced from one heat or two. For line items 009 and 010 under this procurement a 'SLAB' shall be defined as an as-cast ingot that is worked at 1925 degrees F. and reduced in thickness by at least 65.6%. The SLAB shall t hen be annealed for 2 hours at 1775 degrees F., roller leveled, i.e. for the 2.500 inch thick slab, the as-cast ingot must be at least 4.50 inches thick before it is reduced and for the 0.250 thick slab, the as-cast ingot must be at least 0.45 inches thick before it is reduced. REQUIREMENTS FOR THE MATERIAL PRODUCED FROM A SINGLE MELT INGOT OR HEAT 1. All the Titanium plates (Items 001 to 010) shall be made from a single EB or Plasma melt ingot or heat of Class 3, MIL-DTL-46077F material except for the following conditions. a. Oxygen shall not exceed 0.25 Max. (Percent by Weight) b. Ballistic testing shall be required on the 2.500 inch and 0.500 inch thick plates only. If both thicknesses pass the ballistic requirement of MIL-DTL-46077F, then the entire heat (all thicknesses) shall be accepted. However, if one or both thicknesses (2.500 or 0.500) fail the ballistic requirement of MIL-DTL-46077F, then the entire heat shall be considered unacceptable and a re-melt will be required. REQUIREMENTS FOR THE MATERIAL PRODUCED FROM TWO (2) HEATS 1. If two (2) heats are required to produce all the items listed for this procurement, then the items (plates) shall be produced with respect to their thickness. Heat #1 shall produce plates with thicknesses of 2.500 inches, 1.500 inches and 1.000 inch a nd shall be ballistically tested with a 2.500 inch thick plate. Heat #2 shall produce plates of thicknesses of 0.750 inch, 0.625 inch, 0.500 inch, 0.375 inch, and 0.250 inch and shall be ballistically tested with a 0.500 inch thick plate. Documentation i s required for both the chemical composition and the ballistic test. Also, the chemical composition of both heats shall meet the chemical requirements of MIL-DTL-46077F (except for the oxygen as noted above) and the variation between the chemical composit ion of the two (2) heats shall conform to the variation limits of AMS 2249E (Table 1 - Check Analysis Limits). HEAT #1: Items 001, 002, 003, and 009 of this procurement shall be from Heat #1. The ballistic requirement for this heat shall be limited to the 2.500 inch thick plate requirement of MIL-DTL-46077F. If the ballistic requirement is met, then the heat shall be accepted for p roducing plates as listed. If the ballistic requirement is not met, then the heat shall be considered unacceptable and a re-melt shall be required. HEAT #2: Items 004, 005, 006, 007, 008, and 010 of this procurement shall be from Heat #2. The ballistic requirement for this heat shall be limited to the 0.500 inch thick plate requirement of MIL-DTL-46077F. If the ballistic requirement is met, then th e heat shall be accepted for producing plates as listed. If the ballistic requirement is not met, then the heat shall be considered unacceptable and a re-melt shall be required. ARL’s requirements are Titanium, 6Al-4V, MIL-DTL-46077F, Class 3 Plate, as modified (see comments/instructions herein) in the following sizes and quantities: Line Item Plate Size Qty 001 2.5 x 48 x 108 2 002 1.5 x 48 x 96 1 003 1.0 x 48 x 96 2 004 .75 x 48 x 96 3 005 .625x 48 x 96 2 006 .50 x 48 x 96 3 007 .375x 48 x 96 2 008 .25 x 48 x 96 2 009 2.5 x 12 x 12 SLAB 8 010 .25 x 12 x 12 SLAB 8 All plate sizes and dimensions are in inches. The technical POC for this requirement is: Mr. Richard Squillacioti, WMMC, Tel: 410-306-0786. The acceptance and FOB point is Destination. Delivery shall be made to U.S. Army Research Laboratory, ATTN: AMSRL-WMBD, Bldg. 434, Aberdeen Proving Ground, MD 21005-5001, Mark For Donnie Little, Bldg. 1150A. Final acceptance of the titanium plates will b e made only after receipt and review of all supporting documentation by the Government end user. Evaluation Criteria: Timely proposals will be evaluated in accordance with FAR 52.212-2, Evaluation Commercial Items. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Capability of the vendor to manufacture and/or supply products that meet the grades and standards of the titanium specifications; Price; Past Performance, and Delivery Schedules, in descending order of importance. Capability and past performance, when combined, are equal in importance, when com pared to price. Delivery schedules are important to the Government and will be evaluated separately, but will be given a lower importance than price. The Government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the Government, price and other factors considered. The contracting officer may make award to other than the lowest priced offeror. The Government reserves the right to make an award without discussions. The technical capability evalu ation will be a determination of the offerors ability to deliver titanium that meets the stated specifications and shall be based on information furnished by the offeror. The government is not responsible for locating or securing any information that is no t identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material necessary for the Government to determine whether the product(s) meets technical requirements. Past perform ance will be evaluated based on information provided by the offeror as to actual sales of the similar products to industry or government agencies. Past performance will consider the positive reviews by other users who presently use offerors products and ab ility of the offeror to meet delivery schedules. Offerors must include records of at least three recent sales, within the last 5 years, and identify a point of contact for each by providing a name and telephone number. Offerors shall include a completed an d signed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2001) with its offer. The clau se DFARS 252.212-7000 (JUL 1997), Offeror Representations and Certifications, applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: DFARS 252.225-7014, Preference for Domestic Specialty Metal s; DFARS 252.225-7030 Restriction on Acquisition of Carbon, Alloy, and Armor Steel Plate (OCT 1992); FAR 52.203-6, Restriction on Subcontractor Sales to the Government (JUL 1995); FAR 52.219.8, Utilization of Small Business Concerns (OCT 2000); FAR 52.222- 21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabil ities (JUN 1998); FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products; FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999); DFARS 252.225-7001,Buy America Act and Balance of Payments Program; DFARS 252.2 04-7004, Required Central Contractor Registration. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. Proposals are due at 1600 EST, July 21, 2003, via email to RMAC-Adelphi@arl.army.mil. Offerors must cite the solicitation number in the subject line. Proposals received after this date and time will be considered non-responsive. The Contracting Officer for this solicitation is Mr. Greg Davies, telephone 410-278 -6809/email gdavies@ arl.army.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAD17/DAAD17-03-T-0030/listing.html)
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Abeedeen Proving Ground Contracting Office ATTN: AMSSB-ACC-AA, Bldg. 434 APG MD
Zip Code: 21005-5001
Country: US
 
Record
SN00355354-F 20030625/030623222037 (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  © 1994-2020, Loren Data Corp.