Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

95 -- METAL MATRIX COMPOSITE (MMC) BARS

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
331491 — Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX07T0270
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
Small Business Set-Aside
Total Small Business
 
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 solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-07-T-0270. This acquisition is issued as an Request for Quote (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18, dated July 5, 2007 (iv) This acquisition is set-aside for small business. The associated NAICS code is 331491. The small business size standard is 500. (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- Metal Matrix Composite (MMC) bars produces from a pultrusion process to produce bars of dimensions 0 .375 inch x 0.375 inch x 12 inch , Quantity:300 each; (vi) SALIENT CHARACTERISTICS The Contractor shall provide metal matrix composite (MMC) material in bar form with the following characteristics: The Contractor shall produce MMC bars consisting of a matrix of pure aluminum reinforced with continuous aluminum oxide fibers. The fibers shall have an ultimate tensile strength of at least 400 ksi and an elastic modulus of at least 50 Msi. The composi te shall have a nominal fiber volume fraction of 0.50 ? 0.03, an ultimate tensile strength of at least 180 ksi, and an elastic modulus of at least 25 Msi in the direction of the fibers. The Contractor shall manufacture the bars with a unidirectional metal matrix composite precursor tape. The tape shall have a width of 0.375 ? 0.010 inch and a thickness between 0.021 and 0.031 inch. The Contractor shall ensure that multiple layers of pre cursor tape are stacked and consolidated into bar form using a pultrusion process. The Contractor shall ensure that the fibers are placed in the direction of the long axis of the bars and are continuous throughout the length of the bars. The Contractor shall ensure that the width of the finished bars is 0.375 ? 0.010 inch and the thickness is 0.375 ? 0.030 inch. The Contractor shall ensure that the length of each bar is 12.00 ? 0.05 inches. The Contractor shall produce a total of 300 bars meeting the characteristics defined above. (vii)Delivery is required by 11/30/2007 Delivery shall be made to US Army Research Laboratory, Bldg 434, Aberdeen Proving Ground, MD 21005. The FOB point is Destination. (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 in descending order of importance to be included in paragraph (a) of that provision are as follows: 1. Compliance with the salient characteristics (technical acceptability) listed in (vi) above, 2. Past Performance  What similar activities has the company been successful at in the past? Please provide corporate performance history to show the proven ability to meet thes e requirements without interruption. Offeror must provide at least two references of previous sales of the same or similar product offered made during the past five years. Provide a point of contact and a telephone number, and 3. Price. Technical accepta bility and past performance, when combined, are significantly more important than price. CAUTION TO OFFERORS: The purchasing activity is not responsible for locating or securing any supporting information. Accordingly, to ensure that sufficient informati on is available, the offeror must furnish as part of its proposal all descriptive material (such as cuts, illustrations, drawings, or other informati on) necessary for the purchasing activity (i) to determine whether the product offered meets the specifications of the Request for Quotation; (ii) to establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award, and (iii) to evaluate the proposal in accordance with the evaluation criteria. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasin g activity. (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. Online Rep resentations and Certification Application (ORCA) registration is required. The website for online registration is www.bpn.gov and click Online Reps and Certs at the left side of the screen. (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 Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate 1 (Oct 1995); 52.222- 3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52. 222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007);, 52.222-35 Equal Opportunity for Special Disabled V eterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action f or Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligib le Veterans (Sep 2006); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 20 03); 252.225-7001 Buy American Act and Balance of Payments Program (Ju n 2005); 252.225-7012 Preference for Certain Domestic Commodities (Jan 200 7); 252.225-7014 Preference for Domestic Specialty Metals (Jun 2005); 252.232-7003 Electronic Submission Of Paym ent Requests (Jan 2004). Clauses and provisions are incorporated by r eference and apply to this acquisition. Full text of the clauses and prov isions can be obtained at http://www.arnet.gov (xiii) The following RDECOM local provisions shall be incorporated into any resultant contract: 52.004-4407 Type of Contract; 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.032-4418 Tax Exemption Certification; and 52.032-4427 Electronic Submission of Invoices Payment by DFAS. A copy of the full text of these provisions can be found on the website at http://www.arl.army.mil/contracts/opport.htm. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements; and 52.236-12 Cleaning-up. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None. (xv) The following notes apply to this announcement: None. (xvi) Offers are due on 09/17/2007, by 11:00 am Eastern Daylight Time (EDT) via email to jeanine.worthington@arl.army.mil (xvii) For information regarding this solicitation, please contact Jeanine Worthington, via email or Lee Hess, Contracting Officer, email lhess@arl.army.mil. No telephone request will be honored.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC-AA, BLDG 434, Aberdeen Satellite Division APG MD
Zip Code: 21005-5066
Country: US
 
Record
SN01402734-W 20070913/070911221800 (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.