Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

96 -- RE-MELTING OF Ti-6A1-4V Plate, per MIL-DTL-46077F

Notice Date
6/15/2006
 
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-06-T-0061
 
Response Due
6/22/2006
 
Archive Date
8/21/2006
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; prop osals are being requested and a written solicitation will not be issued. . (ii) The solicitation number is W911QX-06-T-0061. 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 0001 Plate, Ti-6A1-4V scrap to be melted and turned into new rolled plate 1 LOT (iv) Description of requirements: Statement of Work- C.1 The Army Research Laboratory (AR L) has approximately 50,000 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. C.2 The contractor shall transport a ll of the scrap material to its facility. The contractor shall sort and melt the scrap into a new ingot or ingots by whatever methods the contractor deems fit. The contractor shall produce wrought Ti-6Al-4V plate to MIL-DTL-46077F, class 3 (Oxygen content 0.17-0.24%) in the thicknesses specified in C.3 below. The contractor shall provide final chemistry and mechanical propertiesfor each rolled plate produced. The contractor shall ensure that ballistic testing meets MIL-DTL-46077F. If the contractor meets th e ballistic requirements for the thinnest gauge and the thickest gauge, then the Government will consider that all gauges meet the specification. The contractor shall ensure that all scrap from melting, rolling, cutting, etc. is recycled into rolled plates to the maximum extent possible. The contractor shall deduct the value of any leftover material from the contract price and submit documentation to that end with the delivered rolled plate. The contractor shall deliver the finished plates to APG, MD. C.3 T he contractor shall strive to deliver 4 feet by 8 feet rolled plates; other plate sizes are acceptable as long as a 4 foot minimum width is maintained. The following thicknesses are acceptable: 0.50 inch thick 0.75 inch thick 0.88 inch thick 1.00 inch thic k 1.50 inch thick 2.00 inch thick 2.50 inch thick CLIN 0002 C.4 Contractor Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shal l report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.arm y.pentagon.mil . The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task order and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number email address identify of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locati ons where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deploye d in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exc eed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer i s a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Delivery and acceptance shall be made to Army Research Laboratory, APG, MD 21005-5001. The FOB point is destination. (vi) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been a ttached 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 capabili ty 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 allocatin g 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 industr y 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 an d 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 pr ice factors being of secondary importance. The Government reserves the right to make an award without discussions. (viii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Item s, 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 Ap plicable 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 204-7, FAR 52.204-9, FAR 52.219-8, FAR 52.222-3, FAR 52.222-19, FAR 52.222- 21, FAR 52.222-26, FAR 52.222-36, FAR 52.232-33, The following additional contract requirement(s) or terms and conditions apply: The following additional contr act requirement(s) or terms and conditions apply: DFARS 252.225-7001, the following DFARS clauses cited in this clause are applicable: DFARS 252.225-7012, DFARS 252.225-7014, Clauses and provisions are incorporated by reference and apply to this acquisitio n. Clauses and provisions can be obtained at http://www.arnet.gov (xiii) The following additional contract requirements or terms and conditions apply: None (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9 E. (xv) The following notes apply to this announcement: Number 9. Offers are due on June 22, 2006, 11:59 PM(local time), at US Army Research Laboratory, RDECOM ACQUISITION CENTER, APG, MD, AMSRD-ACC-AA or via email to khawk@arl.army.mil . (xvi) For informa tion regarding this solicitation, please contact Kevin Hawk, Contract Specialist at (410)278-6515, FAX (410)278-9706 or email at khawk@arl.army.mil .
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC-AA, APG MD
Zip Code: 21009
Country: US
 
Record
SN01070803-W 20060617/060615221618 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.