Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

95 -- TITANIUM PLATES

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331491 — Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
 
Contracting Office
RDECOM Contracting Center - Adelphi (RDECOM-CC), ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX10T0111
 
Response Due
7/30/2010
 
Archive Date
9/28/2010
 
Point of Contact
Bonita Zander, 410-278-5601
 
E-Mail Address
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(bonita.zander@arl.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. (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-10-T-0111. This acquisition is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 dated July 8, 2010 This acquisition is full and open competition The associated NAICS code is 331491. The small business size standard is 750. The following is a list of contract line item number(s) and items, quantities and units of measure 1 ea 0.250 inch x 48 inch x 96 inch Ti-6Al-4V plate to MIL-DTL- 46077G, Class 3 w. oxygen not to exceed 0.23 percent, approx. 185 lbs each Class 2 1 ea0.500 inch x 48 inch x 96 inch Ti-6Al-4V plate to MIL-DTL- 46077G, Class 3 w. oxygen not to exceed 0.23 percent, approx. 370 lbs each 1 ea0.750 inch x 48 inch x 96 inch Ti-6Al-4V plate to MIL-DTL- 46077G, Class 3 w. oxygen not to exceed 0.23 percent, approx. 550 lbs each 2 ea1.0 inch x 48 inch x 96 inch Ti-6Al-4V plate to MIL-DTL- 46077G, Class 3 w. oxygen not to exceed 0.23 percent, approx. 740 lbs each 2 ea1.5 inch x 48 inch x 96 inch Ti-6Al-4V plate to MIL-DTL- 46077G, Class 3 w. oxygen not to exceed 0.23 percent, approx. 1100 lbs each 2 ea1.75 inch x 48 inch x 96 inch Ti-6Al-4V plate to MIL-DTL- 46077G, Class 3 w. oxygen not to exceed 0.23 percent, approx. 1300 lbs each 1 ea2 inch x 48 inch x 96 inch Ti-6Al-4V plate to MIL-DTL- 46077G, Class 3 w. oxygen not to exceed 0.23 percent, approx. 1500 lbs each 3 ea2.75 inch x 48 inch x 96 inch Ti-6Al-4V plate to MIL-DTL- 46077G, Class 3 w. oxygen not to exceed 0.23 percent, approx. 2030 lbs each 1 ea3 inch x 48 inch x 96 inch Ti-6Al-4V plate to MIL-DTL- 46077G, Class 3 w. oxygen not to exceed 0.23 percent, approx. 2200 lbs each 1 ea4 inch x 48 inch x 96 inch Ti-6Al-4V plate to MIL-DTL- 46077G, Class 3 w. oxygen not to exceed 0.23 percent, approx. 2950 lbs each 1 ltEstimated Shipping (vi) Description of requirements: All offerors quotes shall include chemical composition ranges for Class 3 or Class material used for plates and certificationthat thickness of plates passes ballistic requirements per MIL-DTL-46077G and the following salient characteristics. MIL Specification can be found at http://dodssp.daps.dla.mil/ 1 All thicknesses shall pass ballistic testing per MIL-DTL-46077G. 2. A vendor may propose a declared chemistry Class 4 alloy as an alternative for consideration by the Government. This Class 4 alloy shall have passed first article acceptance per MIL-DTL-46077G for consideration, and capable of producing all requested thicknesses. If the vendor cannot supply all requested thicknesses then a Class 4 proposal is not acceptable. (vii) Delivery Location: Bldg 434, Aberdeen Proving Ground, MD. Acceptance Location: Aberdeen Proving Ground, MD. Delivery Time: by 31 October 2010 or sooner. FOB: 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 to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Expedited delivery will also be evaluated as part of the technical element. Failure to provide adequate information MAY result as being non compliant and not considered for award. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include four (4) records of sales from the previous 12 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Failure to provide adequate information MAY result as being non compliant and not considered for award. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (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. (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; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting: 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 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 Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 252.203-3 Gratuities; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7008 Restriction on Acquisition of Specialty Metals, 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission Of Payment Requests; 252.243-7002 Request for Equitable Adjustment. Clauses and provisions are incorporated by reference and apply to this acquisition. Full text of the clauses and provisions can be obtained at http://farsite.hill.af.mil/ (xiii) The following RDECOM local provisions will be incorporated into any resultant contract: 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.016-4407 Type of Contract; 52.005-4401 Release of Information; 52.032-4418 Tax Exemption Certification. A copy of the full test of these provisions will be made available upon request. (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 30 July 2010, by 11:59 PM, at the US Army Research Laboratory, CCRD-AD-AB, Bldg 434, Aberdeen Proving Ground, MD 21005-5001 or via email bonita.zander@arl.army.mil (xvii) For information regarding this solicitation, please contact Bonita Zander at 410-278-5601 or email at bonita.zander@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d9112f3ef03201ff6d087b5719b09568)
 
Place of Performance
Address: RDECOM Contracting Center - Adelphi (RDECOM-CC) ATTN: CCRD-AD-AB Aberdeen Proving Gro MD
Zip Code: 21005-5001
 
Record
SN02211275-W 20100722/100720234930-d9112f3ef03201ff6d087b5719b09568 (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.