Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

95 -- Metal Panels

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX07R0027
 
Response Due
9/5/2007
 
Archive Date
11/4/2007
 
Small Business Set-Aside
N/A
 
Description
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 s olicitation; proposals are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). (ii) The solicitation number is W911QX-06-R-0027. (iii) The solicitation document and incorporated pro visions and clauses are those in effect through Federal Acquisition Circular (FAC 05-18). (iv) The associated North America Industry Classification System (NAICS) Code is 336992 and the Business Size Standard is 1,000 employees. (v) The following is a li st of contract line item numbers and items, quantities and units of measure: CLIN NO. DESCRIPTION QUANTITY UNIT 0001 Aluminum Sandwich Panel 15 Each 0002 Stainless Steel Sandwich Panel 15 Each (vi) Description of requirements: CLIN 0001: Aluminum sandwich panel (30 inch x30 inch) comprised of two solid face sheets (no greater in thickness than 0.125 inch each) separated by a periodic core structure. The structure and materials shall be optimi zed for a combination of specific strength and stiffness by theoretical and finite element modeling prior to assembly. The materials shall be chosen from either the 5xxx or 6xxx aluminum series with a minimum yield strength of 30 ksi (207 MPa) and a minim um ductility of 8% for the base material. The joining method shall be welding, brazing or a method with equivalent bonding strength. The thickness of the panels shall be between 0.5 inch and 1.5 inch and weigh no more than 4 pounds per square foot. CLIN 0002: Stainless steel sandwich panel (30 inch x30 inch) comprised of two solid face sheets (no greater in thickness than 0.100 inch each) separated by a periodic core structure. The structure and materials shall be optimized for a combination of specific strength and stiffness by theoretical and finite element modeling prior to assembly. A minimum of 5 of the panels shall be a dissimilar combination of Kovar (ASTM F15, Fe-29Ni-17Co) facesheets and a stainless steel core. The stainless steel base materia l shall have a minimum yield strength of 30 ksi (207 MPa) and a minimum ductility of 40% ductility. The joining method shall be welding, brazing or a method with equivalent bonding strength. The thickness of the panels shall be between 0.5 inch and 1.25 inch and weigh no more than 7 pounds per square foot. (vii) Delivery is FOB Destination. (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 provi sion: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. T echnical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to whether the proposed panels meets the salient characteristics listed in (vi) above. Technical evaluation shall be based on information furnished by the offeror. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, offerors m ust furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics. Offerors must submit a drawing or description of the geometry of the panel and the joining method. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies. Past performance will consider the history of the offeror in providing a product that meets specifications, meeting delivery schedules and warranty and maintenance reputation. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. Price will be evaluated on a best value basis. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advant ageous to the government, price and other factors considered. The government reserves the right to make an award without discussions and to make award to other than the lowest price. (x) Offerors shall include a completed copy of the provision at FAR 52.2 12-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - with its offer. (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 52.203-6; FAR 52.219.8; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35, FAR 52.222-36, FAR 52. 232-33 and FAR 52.232-36. (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: DFARS 252.225-7001; DFARS 252.225-7014; DFARS 252.225-7016; DFARS 252.227-7015; DFARS 25 2.227-7037; DFARS 252.232-7003, DFARS 252.247-7023 and DFARS 252.247-7024. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (xiv) Offers are due on 5 Septe mber 2007, by 1100 hours, at US Army Research Laboratory, RDECOM-Adelphi, Contracting Division, AMSRD-ACC-A, Adelphi, MD 20783. Electronic offers are encouraged sent via email to rtomko@arl.army.mil. (xv) For information regarding this solicitation, ple ase contact Robert Tomko at (301) 394-3691 or FAX (301) 394-1891.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01379841-W 20070823/070822070738 (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.