Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2012 FBO #3729
MODIFICATION

95 -- High Strength Low Alloy (HSLA) Steel Plates

Notice Date
2/7/2012
 
Notice Type
Modification/Amendment
 
NAICS
331221 — Rolled Steel Shape Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-12-T-0004
 
Archive Date
12/2/2011
 
Point of Contact
Melissa Bucci,
 
E-Mail Address
melissa.bucci@navy.mil
(melissa.bucci@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number N68335-12-T-0004 is listed as a request for quotation (RFQ) for structural HSLA (high-strength low-alloy) steel plates, which will be used to manufacture Footstool Bases for the CVN-78 Electromagnetic Aircraft Launch System (EMALS) Catapult with the salient characteristics as provided under item (vi) below. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-53. (iv) The North American Industrial Classification System (NAICS) code for this procurement is 331221 with a small business size standard of 1,000 employees. (v) Contract Line Item Number (CLIN) is as follows. CLIN 0001 - Description: HSLA Steel Plates Part Number (P/N): (provide P/N) Qty: 722 ea. Provide pricing for the unit price / each:_________ Provide pricing for the total quantity of 722:__________ Only new Original Equipment Manufacturer (OEM) items may be offered. Reconditioned or used items will not be accepted. This procurement will utilize salient characteristics. All offers meeting or exceeding the technical specifications will be evaluated. Award will be made to the lowest priced, technically acceptable offeror. (vi) The steel plates must possess the following salient characteristics to meet the program's requirement: • The steel plates are to be in accordance with MIL-S-24645A(SH) Rev. A, AMENDMENT 1, Type II (over 1/2-inch thick), Grade HSLA100 shall be supplied to the dimensional tolerances as specified per ASTM A6. • The plate shall be 12.125" x 12.125". Per ASTM A6, the height tolerance for a four-inch thick plate is +.11/-.01- inch. It is also permissible to accept stock plate per the MIL-S-24645A(SH) Rev. A, AMENDMENT 1, specification to a maximum thickness of 4.125-inch. • The material shall be cut by a method other than burning (also known as flame cutting). • The steel plates require a signed material certification document, stating that the material is the specification requested by the Government. Per FAR 19.704(d)(1), offerors shall include a Commercial Subcontracting Plan in the proposal, which will be incorporated into the resultant contract. (vii) All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery of the 722 units shall occur no later than 01 August 2012. Partial deliveries are acceptable and highly encouraged. Inspection and Acceptance is at Destination. Units are to be shipped FOB destination to the following address: Naval Air Engineering Station Bldg 148 Route 547 Lakehurst, NJ 08733 Attention: Paul Walters or Lyle Strauss (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) FAR 52-212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a), Award will be made to the responsible offeror whose quotation is lowest in price, based on the total price of 722 units and in full compliance with all requirements set forth in this solicitation; (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 (Nov 1995) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 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 Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Veterans, 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, 52.225-13, Restrictions of Certain Foreign Purchases and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. In addition to the above, the following DFARS clauses apply to this acquisition: 252.211-7003, Item Valuation and Identification and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7021, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea. (xiii) Additional requirements; 252.225-7008 Restrictions on Acquisition of Specialty Metals; 252.225-7030, Restriction on Acquisition of Carbon, Alloy and Armor Steel Plate. (xiv) Offers are due no later than 4:00 PM EST, Thursday, February 16, 2012, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25252MB, Melissa Bucci, Hwy 547, Bldg. 562-3C, Lakehurst, NJ 08733-5082. Or electronically to melissa.bucci@navy.mil. Electronic submission is acceptable and encouraged. Facsimile offers will not be accepted. (xv) Questions regarding this combined synopsis/solicitation can be directed to Ms. Melissa Bucci, 732-323-1578, e-mail: melissa.bucci@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-T-0004/listing.html)
 
Record
SN02668889-W 20120209/120207234504-f5d51060b57bf7725f57a22eabb0455e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.