Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
MODIFICATION

95 -- DLA Strategic Materials requires 1/2" Titanium Ballistic Plate in accordance with the requirements of MIL-T-46077G, Class 2 or 3 and material specification AMS 4911L. The preferred plate sheet size shall be 60” wide and 120” long. - Amendment 1

Notice Date
9/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
331491 — Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Strategic Materials, 8725 John J. Kingman Road, Suite 3229, Fort Belvoir, Virginia, 22060-6223, United States
 
ZIP Code
22060-6223
 
Solicitation Number
SP8000-10-R-0109
 
Archive Date
10/1/2010
 
Point of Contact
Michael Steurer, Phone: (703) 767-5487, David Brown, Phone: 703-767-5480
 
E-Mail Address
michael.steurer@dla.mil, David.L2.Brown@dla.mil
(michael.steurer@dla.mil, David.L2.Brown@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Amended Attachment 2 SOW Amended SP8000-10-R-0109 Attachment 1 1) 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 and file attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. All offerors must be registered with the Central Contractor Registration (CCR) to be considered for award. The web site for registration is: www.ccr.gov 2) SP8000-10-R-0109 is issued as a Request for Proposal (RFP). DLA Strategic Materials, formerly the Defense National Stockpile Center (DNSC), intends to competitively award a single firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract. DLA Strategic Materials will issue and administer any and all Delivery Order(s) on a non-competitive basis per the terms and conditions of the contract resulting from this solicitation. Standard Form (SF) 1449 will be used as the award document for the contract and delivery orders. 3) This solicitation document incorporates clauses and provisions in effect through Federal Acquisition Circular 2005-43. This solicitation and contemplated contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The clauses and provisions referenced in this solicitation may be obtained in full text form at https://www.acquisition.gov/far. 4) This acquisition is Unrestricted. The applicable NAICS code is 331491, Nonferrous Metal (except Aluminum and Copper) Rolling, Drawing, and Extruding; small business size standard is 750. To be considered for award the offeror must have successfully provided 1/2" Titanium Ballistic Plate in accordance with the requirements of MIL-T-46077G, Class 2 or 3 within the last eighteen (18) months under a Department of Defense (DoD) contract. Past performance verification must be submitted with proposal/offer. 5) The contractor shall provide 1/2" Titanium Ballistic Plate in accordance with the requirements of MIL-T-46077G, Class 2 or 3. The preferred plate sheet size shall be 60” wide by 120” long. The minimum contract quantity is 43,100 pounds. The minimum delivery order quantity will be 10,000 pounds. The estimated annual quantity is 250,000 pounds. The maximum contract total quantity is 750,000 pounds. See Attachment 2, Statement of Work, for additional information. 6) Duration of the Contract Period: One (1) year, from date of award, base period and two (2) one year option periods. 7) Delivery, Acceptance, and FOB point is: ARDEC; RDAR-MEE-M, Bldg 3150; Picatinny Arsenal, New Jersey 07806-5000. The Required Delivery Date (RDD) is 90 days after award or as otherwise specified in each Delivery Order. Accelerated delivery and/or partial shipments at no additional cost to the Government will be acceptable. 8) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 9) Evaluation Procedures A. Basis for Award 1. The Government reserves the right to eliminate from consideration for award any or all offers that do not meet the minimum requirement of the solicitation, at any time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to the offeror submitting the Lowest Price Technically Acceptable (LPTA) proposal. 2. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the contracting officer later determines them to be necessary. In addition, if the contracting officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. 3. The LPTA process is selected as appropriate for this acquisition because the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. 4. An overall technical rating must be at least “ACCEPTABLE” in order to be eligible for award. An “UNACCEPTABLE” rating in any factor results in the overall technical proposal being rated “UNACCEPTABLE” unless corrected through discussions. An overall technical rating of “UNACCEPTABLE” makes a proposal ineligible for award. B. Evaluation factors for Award 1.Price will be evaluated in two parts: a) The offeror’s price per pound for 43,100 pounds new 1/2" Titanium Ballistic Plate. b) The offeror’s price per pound for an estimated quantity of 40,000 pounds of offal material. The overall lowest price will be determined by combining the two proposed prices. This process will be used to calculate the base and all options. (See the example below and Attachment 2 for additional information) For example: Offered price of $19.50 per pound for 43,100 pounds new 1/2" Titanium Ballistic Plate, $840,450, and 2.50 per pound for estimated 40,000 pounds of offal, $100,000, would be calculated and equate to a total or overall offered price of $740,450 ($840,450 - $100,000) at $17.18 per pound for Contract Line Item Number (CLIN) 0001AA. 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 shall not obligate the Government to exercise the option(s). 2.Technical acceptability will be determined by the evaluation of Past Performance and Relevant Material Experience as outlined below. C. Basis of Evaluation and Submittal Requirements for Past Performance and Relevant Material Experience (a)Solicitation Submittal Requirements: The proposal/offer must document successfully providing 1/2" Titanium Ballistic Plate in accordance with the requirements of MIL-T-46077G, Class 2 or 3 within the last eighteen (18) months under a DoD contract. As a minimum, the documentation must include the contract number, award date, delivery date(s), quantity, and copies of material certifications and Government acceptance reports. Any and all ballistic test failure(s) or re-test(s) must be identified and corrective action taken. Current contact information for the contracting officer must also be included. Also include performance recognition documents received within the last 3 years such as awards, award fee determinations, customer letters of commendation, and any other forms of performance recognition. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror’s proposal, inquiries of owner representative(s), and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. (b) Basis of Evaluation: The degree to which past performance evaluations and all other past performance information reviewed by the Government (e.g., PPIRS, performance recognition documents, and information obtained for any other source) reflect a trend of satisfactory performance considering: - A pattern of meeting identical material specifications; - A pattern of successful ballistic testing; - A pattern of timely delivery. 10) A completed copy of 52.212-3, Offeror Representations and Certifications- Commercial Items, shall be submitted with proposal if not available through ORCA at https://orca.bpn.gov/. 11) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. 12) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please see attached solicitation for additional FAR clauses and provisions applicable to this acquisition. 13) This procurement is not rated under the Defense Priorities and Allocations System (DPAS). 14) Please review the attached solicitation for material ballistic test and all other requirements determined necessary for this acquisition. 15) All responsible sources may submit feedback and questions to be answered by the agency. All questions and concerns should be submitted by email, by Wednesday, September 8, 2010 no later than 4:30 pm EST. Direct all inquiries regarding this solicitation in writing to Michael Steurer at michael.steurer@dla.mil. Solicitation number SP8000-10-R-0109 must be included in the subject line. TELEPHONIC REQUESTS WILL NOT BE HONORED. 16) This Combined Synopsis/Solicitation will be available on the World Wide Web at http://www.fedbizopps.gov and https://www.dnsc.dla.mil on or about August 26, 2010. If you intend to submit a proposal/offer, please ensure that you provide all required submittals and complete all applicable fill-in clauses per the Combined Synopsis/Solicitation, including signatures where applicable. Submit your proposal/offer to DLA Strategic Materials Attn: Michael Steurer, by 2:30 EST September 16, 2010. Offers must be sent via facsimile to 703-767-5541 by the above stated date and time. Additional copies of offers may be sent via e-mail but will not be accepted for evaluation. ATTACHMENTS Attachment 1-SF 1449 with Contract Line Item and applicable Contract Clauses Attachment 2-Statement of Work (SOW) Attachment 3- Contract Data Requirements List (CDRL) DD Form 1423 Contracting Office Address: 8725 John J. Kingman Rd Fort Belvoir, VA 22060-6221 Primary Point of Contact: Michael Steurer, Contract Specialist Michael.steurer@dla.mil Phone: 703-767-5487 Secondary Point of Contact: David Brown, Contracting Officer David.L2.Brown@dla.mil Phone: 703-767-5480
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DNSC/SP8000-10-R-0109/listing.html)
 
Place of Performance
Address: United States Army Armament Research, Development and Engineering Center (ARDEC), Picatinny, NJ., Picatinny Arsenal, New Jersey, 07806-5000, United States
Zip Code: 07806-5000
 
Record
SN02270810-W 20100909/100908063134-7647857661877933a494a6f4008e7c1f (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.