Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
SOLICITATION NOTICE

95 -- RHA Armor Steel per MIL-A-12560 3/8 inch X 4' X 12' in support of MRAP and HMMWV Objective-Gunner Protection Kit (O-GPK)

Notice Date
11/21/2007
 
Notice Type
Solicitation Notice
 
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-0090
 
Response Due
12/5/2007
 
Archive Date
2/3/2008
 
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
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; proposals are being requested and a written solicitation will not be issued. Solicitation W52H09-08-R-0090 is issued as a Request for Proposals (RFP), and the document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-20. This solicitation is being solicited through Full and Open competition for NAICS 331111. The following are the items being solicited: 3,939 Sheets 3/8 inch X 4 X 12 RHA Armor Steel per MIL-A-12560. This solicitation will include a 100% option quantity to allow the Government to order up to and including an additional 100% of the basic quantity (3,939 sheets) up to 180 days after contract award. Availability of a longer option period can be proposed, however it will not be evaluated more favorably against other proposals. Contractors should propose their unit price for any option quantities with their proposal, and if no option unit price is proposed the Government reserves the right to utilize the lowest offered price from the basic quantity to evaluate the option quantity. This Armor Steel is in support of the HMMWV and MRAP Objective-Gunner Protection Kit (O-GPK). Delivery will be FOB Destination, with requested delivery schedules as follows: Destination Rock Island Arsenal, Rock Island, IL 612 each 2/1/2008 (485 of this quantity is DX Rated, the remaining is DO Rated), 585 each 2/15/2008 (485 of this quantity is DX Rated, the remaining is DO Rated), 510 each 3/7/2008 (485 of this quantity is D X Rated, the remaining is DO Rated), 502 each 3/21/2008 (485 of this quantity is DX Rated, the remaining is DO Rated), 363 each 4/4/2008 (This entire quantity is DX Rated). Destination Watervliet Arsenal, Watervliet, NY, 403 each 2/1/2008 (275 of this quantity is DX Rated, the remaining is DO Rated), 375 each 2/15/2008 (275 of this quantity is DX Rated, the remaining is DO Rated), 299 each 3/7/2008 (274 of this quantity is DX Rated, the remaining is DO Rated), 290 each 3/21/2008 (273 of this quantity is DX Rated, the remaining is DO Rated). These are the highly desired delivery dates; however offerors are encouraged to submit their best possible delivery schedule for these qu antities. Delivery capabilities will be evaluated as well as price for this acquisition. Inspection and Acceptance will be at origin. The following actions will be required prior to shipment of any materials on a resulting contract: 1. the contractor shall submit by overnight delivery two 12 inch X 12 inch steel samples/coupons to Army Resear ch Lab (ARL) located at Aberdeen Proving Grounds, Maryland for ballistic testing. The point of contact at ARL for ballistic testing is Doug Gessleman, telephone 410-278-2238, email armor.acceptance@atc.army.mil or doug.gessleman@us.army.mil Samples will be shipped to: Commander US Army Aberdeen Test Center 400 Colleran Rd. Bldg. 358 ATTN: CSTE-DTC-AT-SL-V (D. Gessleman) Armor Acceptance-B690 Aberdeen Proving Ground, MD 21005-5059 The contractor shall contact Mr. Gessleman at ARL with confirmation of shipment, the method of shipment, and the estimated delivery date of the coupons to ARL. Proof of sample shipment shall be sent to the Contract Specialist, Beth Anderson by fax 309-782 -1616 or email beth.m.anderson@us.army.mil ARL will test the coupons within 24 hours of receipt and provide certification. ARL will notify the Contract Specialist noted above by email with the results of the testing. Proof of the testing/certifications will be sent to Beth Anderson. The Contract Specialist will then notify the contractor, based upon the results of the coupon testing at ARL, that they may proceed with shipment. Proof of the certifications will be provided to the contractor in order for DCMA to inspect/accept the shipment. The contractor shall not ship the materials until approval of ballistic properties is confirmed by the Contract Specialist and provided to DCMA. The Government has the right to reject any shipment that does not meet our ballistic requirements. 2. Mill certifications are required with each shipment. The following FAR provisions/clauses will apply to this acquisition: 52.212-1 Instructions to OfferorsCommercial, 52.212-2 EvaluationCommercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive OrdersCommercial Items with the following FAR clauses cited in the clause being applicable to this acquisition: 52.203-6, 52.219-8, 52.219-9, 52.219-16, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, 52.232-33. The following DFARS provisions/clauses will apply to this acquisition: 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items with the following clauses cited in t he clause being applicable to this acquisition: 52.203-3, 252.205-7000, 252.219-7003, 252.219-7004, 252.225-7001, 252.225-7012, 252.226-7001, 252.232-7003, 252.243-7002, 252.247-7023. Also applicable to this procurement are 252.212-7000 Offeror Representations and Certifications, 252.225-7000 Buy American ActBalance of Payments Program Certificate, 52.247-30, 52.246-2, 52.246-16, 52.204-7, 52.211-15, 52.243-1, 52.249-8, 252.232-7001, 5 2.217-6. Please also be aware that the restriction at DFARS 252.225-7030 will apply to this acquisition, and any offer not in compliance with that clause will not be considered for award. The Defense Priorities and Allocation System (DPAS) rating for this solicita tion is split with a portion of the requirement (3,400 each) being DX Rated in support the MRAP Program, and 539 each being DO Rated. Specific breakdown of rated quantities within shipments is stated above. All responses to this combined solicitation/synopsis are due by 1600 CST 5 December 2007 and should be submitted electronically to Beth Anderson, Contract Specialist, beth.m.anderson@us.army.mil any questions should be direct to the contract specialist in writing at the email address listed or at 309-782-1227.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01456861-W 20071123/071121223909 (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.