Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2003 FBO #0587
SOLICITATION NOTICE

36 -- RFP FOR A 100 TON VACUUM HOT PRESS SYSTEM

Notice Date
7/7/2003
 
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-R-0031
 
Response Due
7/21/2003
 
Archive Date
9/19/2003
 
Point of Contact
Gregory Davies, 410-278-6809
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(gdavies@arl.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The Army Research Laboratory, Aberdeen Proving Ground, MD is plans to buy a 100 Ton Vacuum Hot Press System (quantity of one (1) each plus supporting accessories). The contract will be firm-fixed price. The anticipated award date is August 2003. This acti on is a 100% Small Business Set Aside. The NAICS code for this action is 333994 and the SIC code is 3559, both have a Small Business size standard of 500 employees. This is a combined synopsis/solicitation for commercial items prepared in accordance with t he format in FAR 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. This action is issued as a reques t for proposal (RFP). The solicitation number is DAAD17-03-R-0031. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14. This purchase will be made under the test procedur es for the procurement of commercial items under the authority of FAR 13.5. ARLs statement of requirements/objectives for the hot press system are as follows: Boron carbide research at the Army Research Laboratory is focused on improving solid plates used as ballistic protection in personnel armor systems such as Interceptor. The research involves introducing additives, such as sintering aids or carbon nanotube s, to boron carbide powder, consolidating the mixture, and evaluating the effect of the additives on the microstructure and properties of the part. Property evaluation can include ballistic evaluation of solid tiles in a depth-of-penetration test. Evalua tion of the results of depth-of-penetration requires comparison to tiles of similar size. Available depth-of-penetration data for boron carbide includes results from tests on round tiles of 4 inch diameter, and square tiles with a 6 inch side. Boron carbi de is consolidated in a hot press, a device that allows simultaneous application of high temperature and pressure to the powder compact. Temperatures used in the successful consolidation of boron carbide are typically greater than 2000 degrees C, and some times as high as 2500 degrees C. This has required the use of graphite tooling for the hydraulic press and, consequently, the establishment of an argon atmosphere. Establishment of an argon atmosphere requires that the furnace be evacuated. The vacuum hot press system should have the following capabilities: Consolidation of a 6 inch diameter (and 6 inch square) x 1 inch thick compact of boron carbide at 2300 degrees C. Operating temperature shall be 2300 degrees C, with a maximum temperature of 2500 degrees C. Hot Pressing Capability shall be 100 tons total force, with +/-550 pounds control resolution from 200,000 to 20,000 pounds total force. Usable work zone shall be 12 in. wide x 12 in. high x 12 in. deep. Working Vacuum level shall be 10-2 Torr. Process Gases shall be argon or nitrogen, up to 2 psig max. Controls shall include a programmable process controller for the furnace and the hydraulic system. The technical POC for this requirement is: Dr. Robert H. Woodman, AMSRL-WM-MD, B-4600, APG, MD, Tel: 410-306-0013, Fax: 410-306-0806, Email: rwoodman@arl.army.mil 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. Final acceptance of this system will be made only after unit is assembled, tested, and found compliant by the Government end user. The contracting officer supports payment under resultant contract to be by milestone (or performance-based) payment plan. Offerors are encouraged to forward their proposed milestone payment plan with their submittal. Evaluation Criteria: Timely proposals will be evaluated in accordance with FAR 52.212-2, Evaluation Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Contracting Officer shall make a best value award decision bas ed on the following evaluation factors: Technical approach of the item offered to meet the Governments requirements; Price; Past Performance, and Delivery Schedule, in descending order of importance. Technical approach and past performance, when combined, are more important, when compared to pri ce. 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 the statement of objectives outlined herei n and will result in a contract 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 evaluation will be a determination of the offerors ability to deliver a complete Hot Press system that meets the stated specifications and shall be based on information furnished by the offeror. The government is not responsible for locatin g or securing any information that is not 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) me ets technical requirements. Past performance will be evaluated based on information provided by the offeror as to actual sales of the similar products to industry or government agencies (contractor format for past performance data is desired). Past perform ance will consider the reviews/ratings of other users who presently use or used offerors products and ability 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 p oint of contact for each by providing a name and telephone number. Failure to submit past performance information (or to address past performance) with your proposal will result in your proposal being non-responsive. The clause at FAR 52.219-6, Notice of Total Small Business Set-Aside (JUL 1996) applies to this acquisition. Offerors shall include a completed and signed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2001) and FAR 52.219-1, Alt I, Small Business Program Representations, with its offer. The clauses FAR 52.212-4, Contract Terms and Conditions - Commercial Items and DFARS 252.212-7000 (JUL 1997), Offeror Representations and Certifications, apply 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 : FAR 52.203-6, Alt I, Restrictions on Subcontractor Sales to the Government (OCT 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 Disabilities (JUN 1998); FAR 52.222-19, Child Labor-Cooperation with Authorities; FAR 52.223-9 Es timate of Percentage of Recovered Material Content for EPA Designated Products; FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999), DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.225-7001, Buy America Act and Balance of Payments Program, DFARS 252.227-7015, Technical Data-Commercial Items (NOV 1995); DFARS 252.227-7037, Validation of Restrictive Markings on Technical D ata (SEP 1999). 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 -6514/email gdavies@arl.army.mil. The mailing address for the contracting officer is U.S. Army Research Laboratories, Aberdeen Branch, Bldg. 434, Suite 200, AMSSB-ACC-AA, Aberdeen Proving Ground, MD 21005.
 
Place of Performance
Address: US Army RMAC, ARL/APG Contracts Branch ATTN: AMSSB-ACA-AA, BLDG. 434, APG Aberdeen MD
Zip Code: 21005
Country: US
 
Record
SN00365240-W 20030709/030707213702 (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.