Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

N -- Installation of LaserCast System, and Production of Demonstration Articles

Notice Date
7/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
332117 — Powder Metallurgy Part 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-0125
 
Response Due
7/16/2006
 
Archive Date
9/14/2006
 
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.The US Army Research Laboratory (ARL) IR Materials Branch, Adelphi Laboratory Center, Adelphi Maryland 20783 intends to solicit on a sole source basis under the authority of FAR 6.302-1 to Advanced Specialty Metals, 76 Northeastern Blvd Suite 29A, Nashua, NH 03062. This contact is to re-install, validate and prove out the Government Furnished Laser Additive Manufacturer Equipment to include both the Laser and Laserform Fabrication unit, spa re parts and ancillary equipment to the same operating condition prior to the time of its decommissioning in September 2005. (ii) The solicitation number is W911QX-06-T-0125. (iii) The solicitation document and incorporated provisions and clauses are th ose in effect through Federal Acquisition Circular (FAC) 2005-09 effective 5/19/06. (iv) The associated North America Industry Classification System (NAICS) Code is 332117 and the Business Size Standard is 500 employees. (v) The following is a list of co ntract line item numbers and items, quantities and units of measure: CLIN NO. DESCRIPTION QUANTITY UNIT 0001 Installation of LaserCast System Production of Demonstration Articles 1 ea 0002 Contractor Manpower Requirement 1 ea (vi) Description of requirements: C.1 The Contractor shall install, integrate, and make operational the entire MTS/AeroMet LaserCast system (B/C 9202H), including upgrades, and Convergent Energy Laser (B/C 9607H), all provided as Government Furnished Equ ipment (GFE) at award to its facility located at 9 Technology Park, Westford, MA. This effort shall include the following major systems: a. Convergent 18 Kw Laser (including Alpha Environmental Refrigeration Co. compressor, air dryer, and water chiller) b . LaserCast deposition box c. LaserCast gas purging system d. LaserCast motion control path software e. All software to control the deposition including the layering software for CAD solid models, path planning software, etc. C.2 The Contractor shall pr oduce one (1) Ti 6-4 Titanium rib structure, measuring 2 ft. x 4 ft on ? plate. C.3 Report. The Contractor shall produce a final report, which details the efforts in producing the above demonstration article. C.4 CONTRACTOR MANPOWER REPORTING-The Offi ce of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this c ontract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil . The required information includes: (1) Contracting Office, Contracting Officer, Co ntracting 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 e mployee 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 C ode (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 Requirin g Activity (the Army Requi ring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, count ry, 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 deployed in theater this reporting period (by co untry). 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 exceed 12 months ending September 30 of ea ch 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 is a format for transferring files fro m 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. vii) Delivery is required 16 m onth after contract award. Inspection and Acceptance shall be performed at ASM facility in Westford, (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is not applicable to this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3ALT 1, Offeror Representations and Certificatio ns - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - with your proposal. (xi) The clause at FAR 52.212-4 applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5 applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6ALT1; FAR 52.204-4, FAR52.204-7, FAR 52.219.8; FAR 52.222-3, FAR 52.222-19, FAR 52.222-21; FAR 52.222-26; FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-41, FAR 52.222-42, FAR 52.222-44,and FAR 52.232-33. (xiii) The clauses at DFARS 252.212-7000 and 252.212-7001apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: FAR 52.203-3, DFARS 252. 225-7001; DFARS 252.225-7012; DFARS 252.225-7014, DFARS 252.225-7021; and DFARS 252.232-7003, DFARS 252.247-7023. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arn et.gov. The following RDECOMAC local provisions shall be incorporated into any resulting contract: 52.016-4407 Type of Contract, 52.046-4400 Government Inspection and Acceptance, 52.028-4400 Required Insurance Coverage, 52.046-4401 Key Personnel, 52.216-12 Cost-Sharing Contact- No Fee, 52.222-2 Payment of Overtime Premiums 52.032-4418 Tax Exemption Certification, 52.004-4408 Foreign National Performing under Contract, 52.005-4401 Release of Information by Manufacturers, Research Organizations, Educational I nstitutions, and Other Commercial Entities Holding Army Contracts, 52.032-4405 Distribution of Vouchers. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and All ocations System (DPAS) as DOC9E (xiv) Offers are due on July 16, 2006, by 1159 hours, at US Army Research Laboratory, RDECOM-Adelphi, Contracting Division, AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783. Electronic offers are encouraged  sent via email to kharrigan@arl.army.mil (xv) For information regarding this solicitation, please contact Kathy Harrigan, Contract Specialist at (301) 394-3693, FAX (30 1) 394-2852 or email at kharrigan@arl.army.mil.
 
Place of Performance
Address: Advanced Speciality Metals 76 Northeastern Blvd. Nashua NH
Zip Code: 03062-3174
Country: US
 
Record
SN01085765-W 20060712/060710220942 (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.