Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
MODIFICATION

96 -- Beryllium Pilot Upgrade

Notice Date
8/8/2012
 
Notice Type
Modification/Amendment
 
NAICS
332117 — Powder Metallurgy Part Manufacturing
 
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
SP8000-12-R-0010
 
Archive Date
9/21/2012
 
Point of Contact
Bryan J. Harden, Phone: 7037675483, Jennifer Phillips, Phone: 703-767-6954
 
E-Mail Address
bryan.harden@dla.mil, jennifer.phillips@dla.mil
(bryan.harden@dla.mil, jennifer.phillips@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
1) 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 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 System Award Management (SAM) to be considered for award. The web site for registration is https://sam.gov. 2) SP8000-12-R-0010 is issued as a Request for Proposal (RFP). DLA Strategic Materials intends to competitively award a single Firm Fixed Price (FFP) contract. 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 2005-60. 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 http://farsite.hill.af.mil/. 4) This acquisition is UNRESTRICTED. The applicable NAICS code is 332117 - Powder Metallurgy Part Manufacturing, with a size standard of 500 employees. 5) The contractor shall upgrade hot pressed powder beryllium metal from the National Defense Stockpile into Hot Isostatic Pressable (HIP) structural beryllium metal powder as a proof of concept pilot program. 6) See attached Statement of Work for additional information and specifications. 7) Duration of the contract is one (1) year from date of award. 8) Inspection Point: Origin and Destination; Acceptance Point: Destination 9) Evaluation Procedures A. Basis for Award 1) The Government reserves the right to eliminate from consideration for award and or all offers that do not meet the minimum requirements 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. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. 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 the proposal ineligible for award. B. Evaluation factors for Award 1) Technical Approach 2) Past Performance. 3) Price C. Basis of Evaluation and Submittal Requirements for Technical Acceptability and Recent Past Performance and Relevant Material Experience. 1) Technical Acceptability - the proposal/ offer must document; a. The Offeror is currently producing beryllium (Be) powders and/or cast metals that are used in DoD structural, instrument and/or optical applications. b. The Offeror has the capability and capacity to produce the required Be powders and/or cast metals using DLA supplied HPP Be metal. c. The Offeror has provided; 1) a Quality Control Process Surveillance and Testing Plan (QCP) meeting the requirements provided in C.1 of the SOW. 2) a packaging plan as per B.1.3.7 of the SOW. 3) a Materials Reclamation and Recovery Plan as per B.2 of this SOW. 4) a list of Key Personnel 5) a ESOH plan addressing environmental concerns and compliance with all regulations regarding environmental and health related Beryllium issues. 6) a Sampling, Test and Analysis Plan 7) copies of ISO 9001:2008 certification 8) estimated minimum finished powder quantity in lbs 2) Basis of Evaluation: The degree to which Recent and Relevant Past Performance evaluations and all other Recent and Relevant Past Performance information reviewing by the Government (e.g., PPIRS, past performance recognition documents, and information obtained for any other source) reflect a trend of satisfactory performance considering: a. A pattern of meeting required material specifications and b. A pattern of timely delivery. 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 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. Offerors are reminded to utilize Small Businesses to the maximum extent practicable in the performance of this effort. Pursuant to FAR 19.7/DFARS 219.7, a Subcontract Plan detailing the extent of subcontracting opportunities, covering direct and/or indirect support, planned for each socio-economic category will be required. The following links are provided to assist offerors promoting Small Business subcontracting opportunities:  Subcontracting Plan, the Basics: http://www.acq.osd.mil/osbp/docs/subcontracting_the_basics.pdf  Doing Business with the DoD: http://www.acq.osd.mil/osbp/doing_business/index.htm  Commercial Market Representative: http://www.sba.gov/content/government-contracting-field-staff-directory/  SUV-Net: http://web.sba.gov/subnet/ 10) This procurement is rated as DO-C9 under the Defense Priorities and Allocations System (DPAS). 11) Please review all attachments for requirements determined necessary for this acquisition. 12) All responsible sources may submit feedback questions to be answered by the agency. All questions and concerns should be submitted by email, by Friday, August 17, 2012 no later than 4:00 pm EST. Direct all such inquiries regarding this requirement in writing to Bryan Harden at Bryan.Harden@dla.mil or Jesse Pleasants at Jesse.Pleasants@dla.mil. All requests shall be gathered and reviewed to be answered in summarization and posted to the Federal Business Opportunity's website under the subject solicitation no later than Wednesday, August 22, 2012. Solicitation number SP8000-12-R-0010 must be included in the Subject line. TELEPHONIC REQUESTS WILL NOT BE HONORED. 13) This Combined/Synopsis/Solicitation will be available at http://fedbizopps.gov on Wednesday, August 7, 2012. 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 SMContracting@dla.mil with solicitation number SP8000-12-R-0010 in the Subject line no later than 4:00pm EDT September 6, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DNSC/SP8000-12-R-0010/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02832172-W 20120810/120809001413-464169148257634141743df1a114549b (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.