Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOLICITATION NOTICE

R -- PROCESSING U-V-X ALLOY INGOTS

Notice Date
3/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
332995 — Other Ordnance and Accessories 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-07-T-0053
 
Response Due
3/18/2007
 
Archive Date
5/17/2007
 
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; propo sals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-07-T-0053. This acquisition is issued as a Request for Quote. (iii) The solicitation document and incorporated provisions and clauses are tho se in effect through Federal Acquisition Circular 2005-00001. (iv) The associated NAICS code is 332995. The small business size standard is 500 employees. (v)The following is a list of contract line item number(s) and items, quantities and units of measur e, (including option(s), if applicable): CLIN 0001, SERVICE: PROCESSING OF U-V-X ALLOY INGOTS CLIN 0002, CONTRACTOR MANPOWER (vi) Description of requirements: The above service is being solicited as a sole source to Aerojet Ordnance Tennessee, 1367 Old State Route 34, Jonesborough, TN 37659. The services to be rendered in accordance with the statement of work is as follows: Processing Development of U-V-X Alloys for Optimization of Mechanical Properties C.1 BACKGROUND: Previous development work over the last few years at Aerojet for the Army Research Laboratory (ARL) has produced new alloys with interesting properties and test prototypes for ballistic evaluation at ARL. This work should be continued to determine if the high strength and excellent properties can be successfully produced in large diameter rod stock with acceptable levels of residual stress for full scale kinetic energy penetrators. As the strength increases in these alloys, there is a necessary increase i n residual stress if conventional heat treat and quench processes are used. A new two stage quench process may reduce the residual stress from quenching and produce full scale rods with fewer tendencies for quench cracks and delayed quench cracks. This wo rk addresses this goal using new alloys, known as stakalloy, referenced in US Patent 6726876. C.2 REQUIREMENTS: C.2.1 Fabrication of Currently Available Material: At its facility, the Contractor has material previously alloyed as Heat V018 rods under Contract DAAE30-00-D-1010. The Contractor shall use conventional or modified processes to forge or High Energy Rate Form (HERF) the rods from the aforementioned contra ct. - C.2.2 Heat Treatment Process Development: a. Using materials from C.2.1, the Contractor shall develop a heat treatment process that minimizes residual stress in rods using a two-stage quench process. b. The Contractor shall experiment with geometric and power setting parameters to control the new two-stage quench with aim of optimizing the process to produce material with minimum residual stress and optimum mechanical properties. C.2.3 Communications: The Contractor shall determine the exact number of items required in C.2.1-2 and the exact number of trials to optimize the process or material. The Contractor shall provide its plan to execute this contract with the Contracting Officers Representative ( COR) and Alternate COR in weekly phone communication as the work develops/progresses and prior to executing any of the effort. C.3 DELIVERABLES: The Contractor shall submit all deliverables/reports, including raw data, in hard copy, disk, or via secure communications only. E-Mail submissions are authorized, only if followed by hard copy submissions. C.3.1 The Contractor shall deliver 50 full scale rods fabricated from Heat V018. C.3.2 The Contractor shall deliver 200 quarter scale rods with L/D of 15 and 25. C.3.3 The Contractor shall submit a report describing the heat treatment parameters used for the samples. C.3.4 The Contractor shall submit a rough draft of the final report within 3 months of completion of the contract and follow this rough draft by a f inal report within 6 months after completing the contract. This report shall give all results, data working parameters of the processes developed during the course of the contract. C.3.5 The Contractor shall deliver the rods to: US Army Research Laboratory, Bldg. 434, ATTN: Dr. Michael Staker, W813LT-6348-7019, Aberdeen Proving Ground, MD 21005 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 shall report ALL contractor manpower (including subcontractor manpower) required for performance o f this contract. 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 Off icer, 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 cont ractor 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 S ervice 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) Locations where contractor and sub-contractors perform the work (specified by zip code in the Uni ted 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 deployed in th eater 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 exceed 1 2 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 is 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 si te. (vii) Delivery shall be made in accordance with the Statement of Work, Section C.3 noted above. (viii) blank N/A (ix) blank 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. REPS AND C ERTS CAN BE COMPLETED ON-LINE AT: https://orca.bpn.gov/ (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 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 Defens e Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicabl e: FAR 52.203-6; 52.211-6; 52.219-8; 52.222-15; AND 52.232-33. (xiii) The following additional DFARS clauses are applicable: DFARS 252.212-7000, 252.212-7001; 252.225-7001; 252.225-7012; 252.225-7016; 252.247-7023 ALT III. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov . The following local clauses apply: ARL-B.004-4409; ARL-B.004-4411; ARL-H.004-4408; ARL-G-032.4418; ARL-H.005-4401; ARL-H.011-4401 ALT I; ARL-B.016-4407. Clauses can be obtained at http://w3.arl.ar my.mil/contracts/lkosol.htm contract requirement(s) or terms and conditions apply: (xiv) blank N/A. (xv) The following notes apply to this announcement: Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering onli ne at http://www.bpn.gov/CCR (xvi) Offers are due on 18 March 2007, by 11:59PM to the email address below. (xvi) For information regarding this solicitation, please contact: Barbara DeSchepper, Contract Specialist via e-mail to: barbara.deschepper@arl.army.mil
 
Place of Performance
Address: RDECOM Acquisition Center - APG Satellite Team ATTN: AMSRD-ACC-AA Aberdeen Prv Grd MD
Zip Code: 21005-5006
Country: US
 
Record
SN01244768-W 20070308/070306221136 (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.