Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2007 FBO #2183
SOLICITATION NOTICE

93 -- Dyneema Panel Kits

Notice Date
11/16/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-08-T-0506
 
Response Due
11/16/2007
 
Archive Date
12/16/2007
 
Point of Contact
Carmen Lindstrom, Contract Specialist, (973)724-3146
 
E-Mail Address
Email your questions to Carmen Lindstrom
(carmen.lindstrom1@us.army.mil)
 
Description
This is a combined synopsis/solicitation for commercial items 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. This solicitation is being used as a RFQ and the solicitation number is W15QKN-08-T-0506. Closing date for receipt of proposals is 4:00 PM EST 16 November 2007. Solicitation document and incorporated provision/clauses are those in effect as of 06 September 2007 through the Federal Acquisition Circular (FAC)2005-20. NAICS Code 541710. A notice of award, Std Form 1449, may result in a binding contractual action, without discussion or further action by either party. The Contracting Officer reserves the right to conduct discussions. The Contractor is to determine the best shipping method. Delivery is required within 30 days after receipt of order. Delivery shall be made to U.S. Army ARDEC, Lou Campanile, Bldg 3150, Picatinny Arsenal, NJ 07806- 5000. Terms: FOB Destination, Inspection and Acceptance shall be performed by the Government for kind, count and condition. The U.S. Army, JM&L LCMC intends to award a purchase order for the following items: (50) Dyneema Panel Kits Each Kit will contain (8) Dyneema panels. The (8) panels sizes are as follows: - (1) 28???x 38??? - (2) 28???x 12??? - (2) 29???x 12??? - (2) 28???x 32??? - (1) 28???x 23??? Hardware for each kit shall consist of: - 64 pc bolts 3/8??? x 16??? x 2.5??? full thru - 64 pc nylock nuts 3/8??? x 16??? - 128 pc 3/8??? washers, grade 8 - 16 pc 1/8??? mild steel 1.5??? x 12??? with 3 holes at 4.00 - Hook and loop remove tool The purpose of the Dyneema Panels is to provide gun-fire protection to SOCOM Warriors who are deployed in various Theatre locations. The delivery of these items is critical to their mission and safety. The Dyneema is to be 48 ply, ?? inch thick, and 2400 psi. It must stop 7.62 x 39 Ball from 100m at O obliquity. Vendors must supply certification of their Dyneema Panels with their proposals. Dyneema must be lined with flame resistant material (Tan or Black). The Dyneema panels must be applied to vehicles with hook and heavy duty Velcro. Contractor shall also supply special tools, as required to break the bond between hook and loop fastener halves to facilitate panel removal. Contractor???s field representative shall be present during preparation and installation (approximately 5 days). The installations shall take place at Picatinny Arsenal, NJ and Letterkenny Army Depot, PA. This is a competitive acquisition using the authority of FAR 12.6. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by reference applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and must be submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provisions by paragraph identifier and provide the appropriate information with its quotation or offer. The full text of a solicitation provision, or contract clause, may be accessed at http://farsite.hill.af.mil/search.htm. The ARDEC clauses may be accessed at http://procnet.pica.army.mil. Select Local Link to access ARDEC clauses. FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998). The full text of this clause may be accessed electronically at http://farsite.hill.af.mil/search.htm. FAR 52.212-1, Instructions to Offerors ??? Commercial Items (Sep 2006) applies to this acquisition. FAR 52.212-2 Evaluation ??? Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i.) Delivery Schedule ??? All items must be delivered 30 days after date of award. (ii) Price ??? Lowest price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer???s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 applies to this acquisition. Offerors are advised to include a completed copy of the provision 52.212-3 and must submit Offeror Representations and Certifications Commercial Items with offers. FAR 52.212-4, Contract Terms and Conditions ??? Commercial Items, applies to this acquisition. FAR 52.212-5 Commercial Items (Deviation) (April 2004), applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4) [Reserved] __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Sept 2007) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a) (14)). __ (10) 52.219-16, Liquidated Damages???Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program??? Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation Program???Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). __ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (17) 52.222-19, Child Labor???Cooperation with Authorities and Remedies (Aug 2007) (E.O. 13126). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). _X_ (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (26) 52.225-1, Buy American Act???Supplies (June 2003) (41 U.S.C. 10a-10d). (27)(i) 52.225-3, Buy American Act???Free Trade Agreements???Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108- 77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (28) 52.225-5, Trade Agreements (Aug 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (29) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (30) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Aug 2006) (42 U.S.C. 5150). __ (31) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Aug 2006) (42 U.S.C. 5150). __ (32) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (33) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (34) 52.232-33, Payment by Electronic Funds Transfer???Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (35) 52.232-34, Payment by Electronic Funds Transfer???Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (36) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (37) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). _X_ (38)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act???Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act???Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007) (31 U.S.C. 5112 (p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records???Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor???s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause??? (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104 (g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222- 50. (viii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2004) (Deviation) applies to this acquisition. The following additional clauses cited shall apply to this acquisition: DFARS 252.232-7003 Electronic Submission of Payments. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. Receipt of transmission by the Government is required by the Date and Time specified on this RFQ. If the offeror has not completed certifications and representations on Online Representations and Certifications Application (ORCA), they shall be required to submit a completed copy of FAR 52.212-3 and return it with their offer. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations (DFARS) provision/clauses are applicable and are incorporated by reference. The following local ARDEC clauses also apply to this acquisition: ARDEC 46 ??? Deliveries to TACOM-ARDEC, ARDEC 59 ??? Payment, ARDEC 68 ??? Identification of Contractor Employees, ARDEC 157 ??? Defense Priorities and Allocation System, ARDEC 163 ??? Disclosure of Unit Information, ARDEC 168 ??? General Information for Offerors or Quoters, ARDEC 171 ??? Invoicing. The point of contact for this procurement is Carmen Lindstrom, (973) 724-3146. Send offers via electronic mail to carmen.lindstrom1@us.army.mil on or before 4:00pm EST 16 November 2007. Receipt of transmission by the Government is required by the date and time specified in this RFQ. The offeror who fulfills all features as delineated above and offers the lowest price will be selected for award.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-08-T-0506)
 
Record
SN01453987-W 20071118/071116231122 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.