Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

B -- Explosive Test and Engineering

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-07-T-0180
 
Response Due
7/27/2007
 
Archive Date
9/25/2007
 
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; the prop osed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 6.302. The name of the company the Government intends to award a contract to is LAWRENCE VANDEKIEFT 42 58 FEDERAL HILL RD STREET, MD 21154-1127. A DD254 Department of Defense Contract Security Classification Specification is part of this requirement and will be sent to the proposed contractor under separate cover. This notice of intent is not a request f or competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-07-T-0180. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. (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 EXPLOSIVE TESTING & ENGINEERING SERVICES LABOR FOR BASIC EFFORT QTY  1760 UNIT OF ISSUE  HOURS CLIN 0002 EXPLOSIVE TESTING & ENGINEERING SERVICES MATERIALS FOR BASIC EFFORT QTY  NTE $10,000.00 UNIT OF ISSUE - DOLLARS CLIN 0003 OPTION EXPLOSIVE TESTING & ENGINEERING SERVICES LABOR FOR OPTION EFFORT QTY  1760 UNIT OF ISSUE  HOURS CLIN 0004 OPTION EXPLOSIVE TESTING & ENGINEERING SERVICES MATERIALS FOR OPTION EFFORT QTY - NTE $12,000.00 UNIT OF ISSUE - DOLLARS CLIN 0005 OPTION EXPLOSIVE TESTING & ENGINEERING SERVICES LABOR FOR OPTION EFFORT QTY  1760 UNIT OF ISSUE  HOURS CLIN 0006 OPTION EXPLOSIVE TESTING & ENGINEERING SERVICES MATERIALS FOR OPTION EFFORT QTY  NTE $15,000.00 UNIT OF ISSUE - DOLLARS (vi) Description of requirements: Statement of Work (1) The Contractor shall perform hazard analysis and planning for energetic material formulations, processing and test capabilities provided as Government Furnished Information at contract award. (2) The Contractor shall evaluate and install small-scale processing technology for advanced gun propellant formulations for evaluation in small-scale experiments. (3) The Contractor shall design and analyze experiments for obtaining the vulnerability and reaction parameters of gun propellants. (4) The Contractor shall submit monthly progress reports to the Contracting Officers Representative (COR). (5) The Contractor shall write technical reports/papers. (6) The Contractor shall review and comply with ARL PAM 285-99 Explosives and Gun Operations Safety Pamphlet, Army TB 700-2, Department of Defense Ammunition and Explosives Hazard Classification Procedures, AMC-R 385-100 Safety manual, Department of the Army Pamphlet 385-64 Ammunition and Explosives Safety Standards, DoD 6055.9 DoD Ammunition and Explosives Safety Standards provided as Government Furnished Information at contract award. The Government will allow the contractor unlimited access to the ARL library and their services. (7) The Contractor shall purchase materials needed to complete the work detailed above. Each individual purchase shall be under the micropurchase threshold ($3,000.00) and must be approved in advance by the COR (Contracting Officers Representative). The Contractor shall keep a detailed log of all material purchases made under this contract and shall submit copies of this log to the COR with each monthly progress report. (vii) The period of performance for the basic effort is August 15, 2007 through August 14, 2008. The period of performance for the option effort contained at CLIN 0002 i s August 15, 2008 through August 14, 2009 and August 15, 2009 through August 14, 2010 for the option effort contained at CLIN 0003. Performance shall occur at Aberdeen Proving Grounds APG, MD 21005. Acceptance shall occur at the same location. (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) 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: technical capability, past performance, and price. Technical and past performance, when combined, are significantly more important than price. (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. (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 Defe nse Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.222-43, 52.232-33, 52.203-3, 252.225-7001, 252.225-7012, 252.232-7003, 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply: NONE. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: NONE. (xvi) Offers are due on JULY 27, 2007, by 11:59 PM, via email to cayti.kyle.abbott@arl.army.mil. (xvii) For information regarding this solicitation, please contact Ms. Cayti Abbott at (410) 278-6517 or via email at cayti.kyle.abbott@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC-AA ABERDEEN PROVING GROUNDS APG MD
Zip Code: 21005
Country: US
 
Record
SN01340804-W 20070714/070712221458 (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.