Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2007 FBO #2173
SOURCES SOUGHT

95 -- Armor Plate Steel, Wrought, High-Hardness in accordance with MIL-A-46100 and/or Armor Plate, Steel, Wrought, Homogenous in accordance with MIL-A-12560

Notice Date
11/6/2007
 
Notice Type
Sources Sought
 
NAICS
331111 — Iron and Steel Mills
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-08-R-0068
 
Response Due
11/20/2007
 
Archive Date
1/19/2008
 
Point of Contact
Elizabeth Anderson, 309-782-1227
 
E-Mail Address
Email your questions to TACOM - Rock Island
(beth.m.anderson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
*Response date above is for interest to this particular notice, not to the solicitation. Numbered Notes 9 and 23 will apply to the upcoming pre-solicitation notice. TACOM LCMC Rock Island is soliciting industry interest for a proposed 3-year Indefinite Delivery Indefinite Quantity contract for Armor Steel Plate, Wrought, High Hardness in accordance with MIL-A-46100 and Armor Plate, Steel, Wrought Homogenous in accorda nce with MIL-A-12560. TACOM will issue multiple awards in response to the solicitation. The number of awards contemplated is unknown at this time, however each requirement that materializes once the multiple award contract is in place will be competed am ong all of the awardees. The specific DFARS requirement at 252.225-7030 that the steel be rolled and melted in the United States and Canada has been waived by the Secretary of the Army for some of the programs associated with any contract resulting from a subsequent solicitation b ased upon this initial notice. The preference for domestic specialty metals would not be applicable to the requirements that are not subject to DFARS 252.225-7030, however all terms and conditions of the Buy American Act will apply to this requirement. I n summary, a resulting multiple award contract will ideally consist of domestic providers and other than domestic providers. We anticipate requiring prospective contractors that have never provided either type of Armored Steel to the Government to qualify their particular product prior to being eligible for an award under our proposed multiple award long term contract. This qua lification will consist of submitting a sample of steel plate to Aberdeen Proving Ground to be ballistic tested by Army Research Lab (ARL). All qualification testing prior to contract award should be completed at the contractors expense, and ARL would re quire funding prior to the commencement of any testing. Coordination of qualification testing can be requested at armor.acceptance@atc.army.mil The contracting officer will only consider offers under the proposed solicitation if they can demonstrate that their proposed product can meet the qualification standards set forth in the specifications listed above prior to the anticipated date of award. Contractors may submit samples for evaluation at any time, as there does not need to be a contract or solicitation for the product. For informational purposes to interested contractors, all of the following will be required in order to receive any type of award with the Department of Defense: Registration in Central Contractor Registration (CCR) www.ccr.gov, registration in and utiliza tion of Wide Area Work Flow (WAWF) for shipment and invoicing of all delivery orders https://wawf.eb.mil/ , and Inspection/Acceptance at the contractors place of shipment (source) by a DCMA Government Quality Assurance Representative (QAR). This notice is issued at this point to notify industry of an upcoming contracting possibility; however a pre-solicitation synopsis will also follow with further details on the actual solicitation requirements. Please submit to the contract specialist an e mail to beth.m.anderson@us.army.mil indicating interest in possibly providing the Governments with these materials on future contract requirements. Please include with your submittal your specific capabilities, your logistical supply chain (i.e. indicate whether you are a mill, buy melted products, melt and roll, country of material origin etc.), as well as your current capacities. Please also submit any other information that would be helpful in developing an accurate view of the industry capabilities f or these items. Request that all submittals be received no later than 20 November 2007. The anticipated date of release of the solicitation will be stated in the pre-solicitation synopsis that will follow this notice.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01447574-W 20071108/071106224047 (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.