Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
SOLICITATION NOTICE

13 -- Replacement ammunition related items for a CH2M Hill Transportable Controlled Detonation Chamber Model T30 to support the Army Applications Integration Team,Edgewood Chemical Biological Center at Aberdeen Proving Ground.

Notice Date
5/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-10-T-0231
 
Response Due
5/10/2010
 
Archive Date
7/9/2010
 
Point of Contact
scot.plank, 410 278 0883
 
E-Mail Address
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(scot.plank@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The combined synopsis/ solicitation number is W91ZLK-10-T-0231. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-40. The Government contemplates award of a firm-fixed price purchase order for the following requirement using Federal Acquisition Regulation FAR PART 13.5, Test Program for Certain Commercial Items. The government requires replacement items for a CH2M Hill Transportable Controlled Detonation Chamber Model T30 to support the Army Applications Integration Team, Edgewood Chemical Biological Center at Aberdeen Proving Ground. Commercially available Donovan Commercial Industries replacement brand items or equal (See FAR 52.211-6) are requested for quote. Award will be to the lowest price offeror that is able to provide the commercially available items identified, or equivalent, for use in the detonation chamber. The government has identified an option for additional quantities that may occur for this requirement and shall be included with the quote submission. SCHEDULE OF ITEMS Item 0001 155MM Donor Explosives Assembly Mil Sheet RDX Based QTY: 5 each Unit Price:_________________ Total Amount:_______________ Item 0002 4 inch stokes Donor Assembly Mil Sheet RDX Based QTY: 5 each Unit Price:_________________ Total Amount:_______________ Item 0003 75MM Donor Explosives Assembly Mil Sheet RDX Based QTY: 5 each Unit Price:_________________ Total Amount:_______________ Item 0004 70 Gram Duramax Booster QTY: 5 each Unit Price:_________________ Total Amount:_______________ Item 0005 C-6 RDX Based sheet Explosives (.250) Mil Sheet (40lb box) QTY: 2 Boxes Unit Price:_______________ Total Amount:_______________ OPTIONAL QUANTITIES Item 1001 155MM Donor Explosives Assembly Mil Sheet RDX Based QTY: 3 each Unit Price:_________________ Total Amount:_______________ Item 1002 4 inch stokes Donor Assembly Mil Sheet RDX Based QTY: 3 each Unit Price:_________________ Total Amount:_______________ Item 1003 75MM Donor Explosives Assembly Mil Sheet RDX Based QTY: 3 each Unit Price:_________________ Total Amount:_______________ Item 1004 70 Gram Duramax Booster QTY: 3 each Unit Price:_________________ Total Amount:_______________ Item 1005 C-6 RDX Based sheet Explosives (.250) Mil Sheet (40lb box) QTY: 2 Boxes Unit Price:_______________ Total Amount:_______________ SPECIAL NOTE: Items are categorized as ammunition and will require special control and tracking procedures after award. Acceptance shall be at destination and partial shipment of items may be required through December 31, 2010. Shipping shall be FOB Destination to USA Aberdeen Test Center located at Aberdeen Proving Ground, Maryland 21005. The following provisions and clauses are incorporated by reference or are provided in full text: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.211-6 Brand Name or Equal 52.217-5 Evaluation of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Governments best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-6 52.217-6 Option for Increased Quantity (March 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the award expiration date. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests Additional Contracting Office provisions and information: WIDE AREA WORKFLOW (WAWF) INFORMATION AND INSTRUCTION will be added to the resulting award EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 2:00 PM EDT May 10, 2010 via fax at 410-306-3726 or email to maureen.cameron@us.army.mil at the US Army RDECOM Contracting Center, Aberdeen Installation Contracting Division, Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Maureen Cameron, Contract Specialist Intern, via email at maureen.cameron@conus.army.mil. Please provide any questions no later than May 6, 2010 at 2:00 PM EDT. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/255f3baf3a2bd13a64e133c6ac3fc816)
 
Place of Performance
Address: RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC) Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02138294-W 20100505/100503234400-255f3baf3a2bd13a64e133c6ac3fc816 (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.