Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2005 FBO #1370
SOLICITATION NOTICE

96 -- Re-Melting of Ti-6A1-4V Plate, per MIL-DTL-46077F

Notice Date
8/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
331491 — Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-05-T-0200
 
Response Due
9/16/2005
 
Archive Date
11/15/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS (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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-05-T-0200. This is issued as a Request for Quote (RFQ). This requirement is solicited as full and open competition. The associated NAICS code is 331491. (iii) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN DESCRIPTION QTY UNIT 0001 Plate, Ti-6A1-4V scrap to be melted and turned into new rolled plate 1 LOT (iv) Description of requirements: Statement of Work- Titanium Re-Melt: ARL has approximately 43,000 lbs of Ti-6Al-4V scrap to be melted and turned into new rolled plate. The scrap is composed of shot plates (with projectiles removed) and various size pieces left over from cutting processes. Price and lead time are the main criteria for award. The winning vendor shall arrange transport of the scrap to his facility. He shall sort and melt the scrap into a new ingot or ingots by whatever methods he deems fit. The vendor shall produce wrought Ti-6Al-4V plate to MIL-DTL-46077F, class 3 (Oxygen content 0.17-0.24%) in the thicknesses specified. Final chemistry and mechanical properties shall be provided. Ballistic testing is required to meet MIL-DTL-46077F. However, if the vendor meets the ballistic requirements for the thinnest gauge and the thickest gauge, then all gauges shall be considered as passing the specification. All scrap from melting, rolling, cutting, etc. shall be recycled back into this effort to the maximum extent possible. The value of any leftover material shall be added back into the contract. The vendors shall also arrange the transportation of the finished plates to APG, MD. The expectation is that the plate sizes are going to be 3 X 8 or 4 x8, but the final sizes are subject to negotiation. In lieu of plate sizes and quantities, the following nominal distribution by weight is provided: 0.25 thick 7%; 0.375 thick 28%; 0.5 thick 28%; 0.625 thick 23%; 0.75 thick 14%. Offerors assume the burden of ensuring that they completely understand the magnitude of this effort, as well as the conditions under which the work will be performed. To that end, there will be a site visit of the facility on September 9, 2005 at 11:00 AM local time. Attendance at this site inspection, while not a mandatory prerequisite to the submission of an offer, is strongly encouraged. It is the Governments opinion that attendance at this site inspection is the best method for a potential contractor to completely understand the nature of the requirement. If you are interested in attending this site inspection, please contact the Contract Specialist, Kevin Hawk at 301-394-3138, no later than September 7,2005 by 2PM local time to indicate your interest and obtain the required information. (v) Delivery is required to be completed thirty (30) weeks from the date of acceptance of Government furnished material. Delivery and acceptance shall be made to Army Research Laboratory, APG, MD 21005-5001. The F OB point is destination. (vi) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (vii) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The technical capability and past performance are of equal importance and when combined are slightly more important than price. Technical capability will be assessed based on the information furnished by the vendor with its quote. The Government is not responsible for allocating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their quote all descriptive material (such as illustrations, drawings or other information) necessary for the Government to determine whether the vendor can meet the salient characteristics of the requirement listed above. Past performance will be evaluated based on information provided by the offeror as to actual sales of similar, proposed efforts to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications and delivery schedules. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The Government will award a contract to the offeror whose offer is determined to be best value to the Government, with technical and past performance factors meeting or exceeding the requirement considered of paramount importance and price factors being of secondary importance. The Government reserves the right to make a n award without discussions. (viii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (ix) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-6, FAR 52.219-8, FAR 52.22-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, FAR 52.225-13, FAR 52.232-33, FAR 52.232.6. (xiii) The following additional contract requirement(s) or terms and conditions apply: The following additional contract requirement(s) or terms and conditions apply: DFARS 252.225-7001, the following DFARS clauses cited in this clause are applicable: DFARS 252-7001, DFARS 252.225-7012, DFARS 252.225-7014, DFARS 252.225-7015, DFARS 252.227-7037. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov (x) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9E. (xi) The following notes apply to this announcement: Number 9. Offers are due on September 16, 2005, by 2:00 PM (local time), at US Army Research Laboratory, RMAC- Adelphi, AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783-1197 or via email to khawk@arl.army.mil . (xii) For information regarding this so licitation, please contact Kevin Hawk, Contract Specialist at (301) 394-3138, FAX (301) 394-2852 or email at khawk@arl.army.mil .
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00879549-W 20050827/050825212433 (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.