Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOLICITATION NOTICE

15 -- Armor Sample Panels

Notice Date
1/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-11-T-0005
 
Response Due
1/20/2011
 
Archive Date
3/21/2011
 
Point of Contact
Beth Chapman, 757-878-4827
 
E-Mail Address
Aviation Applied Technology Directorate (AMCOM-CC)
(beth.kay.chapman@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. The solicitation number is W911W6-11-T-0005 and is issued as a Request for Quote (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award only one firm-fixed-price contract for the 5 baseline material samples. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48. The applicable North American Industry Classification Standard (NAICS) code is 336413. The small business size standard is 1000. AATD intends to purchase representative samples of commercially available armor materials in current use by the United States Armed Services. The samples are desired to have a single-hit ballistic limit V50 velocity of 1950 feet per second (100m remaining velocity) against a 7.62 x 39mm Type PS Ball at the lowest possible areal density. It is anticipated that the lowest areal density will vary by material. The panels solicited shall be constructed in multiple square geometries using optimized laminate material compositions. This procurement intends to purchase targets constructed from 5 baseline materials. Additionally, options shall be individually provided for Tensylon and BT-10 material compositions and may be exercised based on availability of funds. Each of the materials shall be fabricated in homogenous sample sets that optimize the areal density against the intended threat. It is anticipated that processing parameters shall vary with each type of material. In order to minimize variability, it is required that the processing conditions be kept constant regardless of panel geometry, per sample set, per material. Any deviation from this requirement needs to be identified by the offeror in their proposal. No coverings or coatings are required to be applied to the panels, and the panels are to have finished/cut edges suitable to prevent delamination or other damage to the laminate quality. The panels shall be individually marked, denoting the material composition, panel size, and areal density. The provided samples shall have a square geometry for all panels with outer dimensions as identified below. The intent is to double the plane area of target size with each increasing target size (i.e., 64 in2, 128 in2, 256 in2, etc.). Some allowance for these exact dimensions may be allowed to permit a more optimized manufacturing process. However, this deviation must be identified and requested by the offeror in their quote. The geometric tolerance for all panels shall be.125" from the specified dimensions. Baseline materials are as follows: Dyneema HB-50, Dyneema HB-80, Spectra Shield II SR-3130, Spectra Shield II SR -3137, and Kevlar. The optional materials are BAE Tensylon and DSM BT-10. The following panel sizes in inches apply: 6 each 8 x 8, 6 each 11.31 x 11.31, 6 each 16 x 16, 6 each 22.63 x 22.63, and 6 each 31 x 31. Six (6) panels will be supplied per panel size in each of the 5 different baseline material compositions shown above along with the option for the two additional materials, for a total of 30 panels per baseline material composition, 150 panels overall, and options for an additional 60 panels. Shipping charges shall be included in the quote. All samples, whether base or option, shall be packaged to ensure safe delivery to destination point. Delivery of the baseline material samples is expected to be 6 months After Receipt of Order (ARO). Delivery of the option samples is expected to be 6 months ARO, or when option exercised. It is anticipated that either the option exercise or a separate order will be exercised/awarded within 5 days of the original award. Delivery, Inspection, Acceptance, and F.O.B Point are Destination. Destination is the Aviation Applied Technology Directorate, AATD Warehouse, Bldg 3519A, Mulberry Island Road, Attn: Ryan Harris, Fort Eustis, VA 23604-5577. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Ensure compliance with this provision, exclusive of paragraphs (b)(9) and (b)(10); (d), (e), (h), (i)do not apply. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Also, in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. The following provisions apply: FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award, FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran, and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Clauses incorporated by reference include FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.217-6, Option for Increased Quantity; FAR 52.217-7, Option for Increased Quantity--Separately Priced Line Item; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; and DFARS 252.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea, Alternate III; and 252.247-7024, Notification of Transportation of Supplies by Sea. The Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.237-7019, Training for Contractor Personnel Interacting with Detainees; DFARS 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Barrier; DFARS 252.247-7023, Transportation of Supplies by Sea; and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the provisions and clauses may be accessed electronically at http://farsite.hill.af.mil. The successful offeror must submit their invoices through the Wide Area WorkFlow Web site http://wawf.eb.mil and must be in good standing with the government according to the Excluded Parties List System https://www.epls.gov. FAR 52.212-2, Evaluation-Commercial Items, is incorporated by reference with paragraph (a) filled in as follows: the evaluation factors are (1) technically acceptable, (2) low price, (3) delivery. Technical acceptance provides for adherence to the requirement as identified above. Offerors must submit a quote for all 7 material variants. One award will be made to the technically acceptable, low bid for the 5 baseline materials and possibly up to 2 options. The 2 option quotes could potentially be awarded on two separate purchase orders. The government reserves the right to make the award for the 5 materials and 2 options to one vendor. Interested persons may identify their interest and capability to respond to this requirement and submit a proposal. All responsible sources that submit an offer will be considered. Proposals are due not later than January 20, 2011, 2:00 p.m. EST and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Beth Chapman), 401 Lee Boulevard, Fort Eustis, VA 23604-5577 by e-mail at beth.kay.chapman@us.army.mil. Contracting Officer point of contact is Linda Diedrich, 757-878-4828, or linda.diedrich@us.army.mil. Technical questions must be directed through the contracting office individuals identified above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/afabfb790f3ac453daaf8d8afbf420ba)
 
Place of Performance
Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02355828-W 20110108/110106234447-afabfb790f3ac453daaf8d8afbf420ba (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.