Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

95 -- Blast and Ballistic Panels w/ Ceramic Hybrid design

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
325222 — Noncellulosic Organic Fiber Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-06-T-0081
 
Response Due
5/17/2006
 
Archive Date
7/16/2006
 
Small Business Set-Aside
N/A
 
Description
(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-06-T-0081. This acquisition is issued as a Request for Quote. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. (iv) This acquisition is a sole source action for Cellular Materials International, 2 Boars Head LN, Charlottesville, VA 22903. The associated NAICS code is 325222. The small business size standard is 1,000 employees. The material being procured fr om Cellular Materials will be for in-house testing purposes only therefore other materials are not acceptable. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable: CLIN 0001  QTY 50 each- Blast and Ballistic Panels (B2P) with Ceramic Hybrid design, with approximate dimensi ons of 5in x 5in x 1in and fabricated with 304-stainless steel with Pyramidal Lattice Core (PLC), Kevlar sheets, polymer and ceramic inserts composed of silicon carbide; CLIN 0002 QTY 20 each - B2P Ceramic Hybrid Panels with approximate dimensions of 5in x 5in x 1in and fabricated with 304-stainless steel with PLC cores, Kevlar sheets, polymer and ceramic inserts composed of borosilicate glass; CLIN 0003  QTY 2 each - Pyramidal Lattice Core Panels with approximate dimensions of 48in x 48 in x 1 in and fabricated with aluminum alloy 6061-T6 heat treated condition; CLIN 0004  QTY 10 each  Pyramidal Lattice Core Panels with approximate dimensions of 12in x12in x1in and fabricated with aluminum alloy 6061-T6 heat treated condition; CLIN 0005  QTY 1 eac h  3D CAD model for Pyramidal Lattice Core Panel (Item 3 above) (vi) Description of requirements: n/a (vii) Delivery is required by 06/17/2006. Delivery shall be made to Aberdeen Proving Ground, MD. Acceptance shall be performed at Aberdeen Proving Ground, MD. The FOB point is Destination The following provisions and FAR/DFAR clauses can be obtained at http://www.arl.army.mil/contracts/opport.htm, http://farsite.hill.af.mil/VFFAR1.htm, or http://farsite.hill.af.mil/VFDFARa.htm. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: none ix) 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. These claus es can be obtained at http://www.arl.army.mil/contracts/opport.htm. (ix) 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: N/A (x) 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. These cl auses can be obtained at http://www.arl.army.mil/contracts/opport.htm. (xi) 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 (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 Defe nse Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 252.225-7001, 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4408, 52.005-4401, 52.032-4418, 52.045-4400 (xiv) The following notes apply to this announcement: The following notes apply to this announcement: The statutory authority permitting other than full and open competition is 10 USC 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible So urce and No Other Supplies or Services Will Satisfy Agency Requirements. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within five days after date of publication of this syno psis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining wh ether to conduct a competitive procurement. (xvi) Offers are due on 17 May 2006, by 3:00 PM EST, at the US Army Research Laboratory, RDECOM, AMSRD-ACC-AA, Building 434, Aberdeen Proving Ground, Maryland, 21005. (xvii) For information regarding this solicitation, please contact Jeanine Worthington, Contract Specialist, via email to jeanine.worthington@arl.army.mil. NO TELEPHONE REQUEST WILL BE HONORED.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ARL-WM-TA APG MD
Zip Code: 21005
Country: US
 
Record
SN01046442-W 20060513/060511220942 (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  © 1994-2020, Loren Data Corp.