Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2009 FBO #2796
SOLICITATION NOTICE

A -- ROCK STRIKE TESTING OF TRANSPARENT ARMOR

Notice Date
7/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command (Warren), TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV09RA006
 
Response Due
8/14/2009
 
Archive Date
10/13/2009
 
Point of Contact
Edyth McKinley, 586 574-7286<br />
 
E-Mail Address
TACOM - Warren Acquisition Center
(edyth.mckinley@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. ROCK STRIKE COMBINED SOLICITATION/SYNOPSIS W56HZV-09-R-A006 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. Solicitation No. W56HZV-09-R-A006 is issued as a request for proposal (RFP). Solicitation document W56HZV-09-R-A006 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, effective 15 Jul 2009. NAICS code and small business size standard: 541380, $11M Contract line item numbers: CLIN 0001 - 1 lot Rock Strike Testing performed in accordance with the Statement of Work (SOW) below. CLIN 0002 1 lot Data Item Deliverables in accordance with Attachments A, B and C (DD Forms 1423) CLIN 0003 1 lot Manpower Reporting Requirements STATEMENT OF WORK (SOW) C.1 General. The Contractor, as an independent Contractor and not as an agent of the Government, shall provide the necessary personnel, facilities, material, equipment and services to accomplish the tasks as defined in this SOW. The period of performance is 210 days from the date of award. C.2 Basic Performance Requirements. The Contractor shall meet all of the following performance requirements and the following milestones. a.SOW meeting15 days after contract award(DAC) b.Critical Design Reviewno later than 60 DAC c.Test Readiness Reviewno later than 120 DAC d.Notice to Commence Impact Testno later 2 weeks prior e.Final Reportno later than 210 DAC C.3 The Contractor shall fabricate 600 each transparent test coupons that are 6 x 6 inches. Each coupon shall consist of the following recipe: 10.236Annealed water white (low iron) clear glass 20.025Urethane Interlayer Huntsman PE 399 30.388Annealed water white clear glass 40.025Urethane Interlayer Huntsman PE 399 50.388Annealed water white clear glass 60.025Urethane Interlayer Huntsman PE 399 70.490Annealed water white clear glass Each glass ply shall be cut to the lateral dimension +/-.25 inches. The edges shall be sanded prior to bonding into the stack. The edges shall not be treated (coated) because of the lateral stacking allowances. The stack shall be bonded in a manner consistent with safety glass manufacturing methods and shall be inspected by the Contractor at normal incidence and the inclusions and voids visible to the eye, etc. at two meters shall be cause for rejection of that coupon. The Contractor shall mark layer #1 above as the strike face. C.4 The Contractor shall fabricate 600 each transparent test coupons that are 4 x 4 inches. Each coupon shall consist of the following recipe: 10.388Glass ceramic 20.025Urethane Interlayer Huntsman PE 399 30.388Annealed water white clear glass 40.025Urethane Interlayer Huntsman PE 399 50.388Annealed water white clear glass 60.025Urethane Interlayer Huntsman PE 399 70.388Annealed water white clear glass Each glass ply shall be cut to the lateral dimension +/-.25 inches. The edges shall be sanded prior to bonding into the stack. The edges shall not be treated (coated) because of the lateral stacking allowances. The stack shall be bonded in a manner consistent with safety glass manufacturing methods and shall be inspected at normal incidence. Inclusions and voids visible to the eye shall be cause for rejection of that coupon. The Contractor shall mark layer #1 above as the strike face. C.5 Each coupon that is tested shall be struck with one impactor (ceramic ball). The Contractor shall use both of two diameter balls, but each coupon configuration shall be struck 24 times. Thus, the total of required tests is: 24 repeats (times) 2 ball diameters (times) 12 speeds, see later in this Para, (times) 2 coupon styles (equals) 1152 individual impacts, 576 of each size of coupon. See paragraph 10 regarding remaining coupons. The Contractor shall launch a 6mm or a 12mm ball in such a manner that the coupon is struck by only the ball. Ball diameter is approximate but should be consistent. For example, quarter and half inch balls such as standard, very high temperature, high-alumina ceramic balls found in industrial catalogues are permitted if they are from the same manufacturers lot. The Contractor shall launch a 6 (or 12) mm ceramic ball into each strike face (layer 1), within a 1.18 zone centered on the strike face of each coupon. Impact velocities shall be varied between 40-150 fps +/- 6 fps (27-102 miles per hour). Velocity increments of 10 fps +/- 6 fps shall be used. 24 coupons shall be tested at each increment and ball diameter, i.e. 24 coupons at 40 fps with 6mm diameter balls, 24 coupons at 40 fps with 12mm diameter balls, 24 coupons at 50 fps with 6mm diameter etc. continuing up to 150 fps for both sizes of ceramic balls. Note, the coupons may be tested in any order of size and velocity. If all impacts are acceptable tests this would result in 576 of both the 6 x 6 and 4 x 4 coupons being consumed. The remaining 24 of each size may be used by the Contractor to correct any missing or invalid tests. See Para 10. C.6 The Contractor shall characterize each coupon following impact. The Contractor shall record the striking speed, the type of fracture or failure induced. The Contractor shall use terms which differentiate the type of failures such as: none, pit of diameter xx or extensive lateral cracking and in which layer the cracks exist and if the lateral cracks do not extend to the lateral edge, the diameter that would circumscribe the cracks. The Contractor may use more descriptive terminology (categories) at his discretion, but all descriptions shall be defined by the Contractor. The Contractor is not limited to the terminology described in this paragraph. C.7 Upon completion of impact testing, the coupons shall be thermally shock tested according to Method 503.4, Procedure 1-C of MIL-STD-810 from -31C to +63C +/- 2C. The thermal cycle shall consist of a minimum 4 hour period at minus 31C +/- 3C followed by a minimum 4 hour period at +63C +/- 3C with this cycle being repeated for a total of 5 cycles. The transfer time between temperature conditions shall be no longer than one minute. Upon completion of temperature shock testing, the individual samples shall be evaluated by the Contractor to determine and document evidence of, at a minimum, -thermal shock extension of any flaws induced in impact testing -type/category and maximum depth of any chips (Para. 6) -evidence of cracking resulting from thermal cycling only -evidence of delamination via dye penetration along the edges -depth and length of cracking and if applicable the diameter to circumscribe the cracking (Para. 6) C.8 The Government may witness any or all of the testing and data recording. Additionally, the Contracting Officers Representative (COR) or the CORs designate shall inspect all of the coupons both before and after testing to assure that the minimum number and quality of coupons are fabricated and that the data of the individual impacts are correctly recorded. The Contractor shall provide the COR at least two weeks notice in advance of impact testing. C.9 Reviews: The Contractor shall provide a list of all coupons by serial number prior to the beginning of testing. Each impact test shall have a separate data sheet that must be presented with the coupons and traceable to the data analyses. The data sheet shall include: target serial number, ball diameter, measured ball speed, sketch of damage, date tested, date target was manufactured and any phenomenological anomalies. The Contractor shall give weekly updates of the serial numbered coupons that have been impacted to the COR. This shall be by e-mail or other method in accordance with DD Form 1423, Contract Data Requirements List (CDRL, Data Item no. A004). C.10 Deliverables: The Contractor shall provide a final report in a Word" 2007 readable format within 30 days after all testing is complete (CDRL A006), but no later than 210 days after contract award. The report must include pictures of the coupon representing the average (or normal or expected) damage induced for each given ball diameter, speed, and coupon size. In other words, the final report must give a representative picture for each 24 coupon set. The report need not give a detailed analysis of each damaged coupon. The Contractor must provide the data sheets for each test. These data sheets may be an appendix to the final report or may be provided separately. Note the testing scheme requires 576 coupons of both Para. 3 and 4 coupons. Excess coupons may be used by the Contractor to replace invalid test data. Invalidated testing shall be documented and reported. Excess coupons shall be deliverable to the Government. The tested coupons shall be grouped by size of coupon, ball diameter, and speed and crated in such a way that the serial number is traceable to the test data sheet. Crating shall prevent further deterioration of the coupons such that the detailed in-house (Government) analysis may accurately reflect that the same trends documented in the Contractors final report can be verified. All coupons shall be received by the Government no later than 60 days after completion of testing. The shipping address is: US Army TARDEC Attn: Steve Hoffman AMSRD-TAR-R (ms 263) 6501 E. 11 Mile Road Warren, MI 48397-5000 C.11 At a minimum, the report shall include but shall not be limited to: - A description of the variations in the test objects utilized - Before and after imagery summary - Impactor speed for each coupon - Test results (formatted data), to include images of significant findings - The recipe (Para. 3 and 4) to include the total glass ply and interlayer thicknesses, glass ply and interlayer materials, any significant variations from the standard recipe and any unique processes used during construction. C.12 Test results are to be submitted by the Contractor to the COR within 30 days of completion of testing. The data are for the Government and are not for public release; Distribution Statement D applies (CDRL A002). The Contractor may retain copies of any documentation provided that it is marked with Distribution Statement D and indicate that the data are the property of the U.S. Government and may not be transmitted to a third party. When the Contractor has no further use for the data, the data shall be shredded prior to disposal. It shall not be returned to the U.S. Government. C.13 The Contractor shall conduct a Kick-Off/Start of Work Meeting within fifteen (15) Days After Contract Award (DAC) (CDRL A001). C.14 The Contractor shall develop and submit to the COR at the Start of Work Meeting a Program Schedule, in a format readable with Word" 2007 giving the processes and periods of performance to effectively execute this Contract (CDRL A005). This meeting may be by conference call with the COR provided any pictorial information is e-mailed as a PowerPoint" 2007 (or earlier) attachment prior to the meeting. C.15 The Contractor shall conduct one (1) Critical Design Review (CDR) 60 DAC and one (1) Test Readiness Review (TRR) 120 DAC (CDRL A003). CDR shall include but not be limited to: Material supplier selections and ordering delays Coupon fabrication technique Coupon fabrication Contractor if any Ball supplier selection Method to launch balls including preliminary capabilities demonstration Method to hold coupons on test frame Contractor concerns, i.e., the intent of the test, test set-up issues, speed determination, etc. COR or designate TRR shall include but not be limited to: COR or designate to review coupons COR or designate to review ball launch and control capability Photography of example coupon(s) Variance request(s) for any coupons out of thickness tolerances Approval of coupon support frame and clamps for impact tests C.16 Contractor Manpower Reporting (CMR) The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; 2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub- contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor, and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. FOB : Delivered. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are incorporated by reference: FAR 52.229-3 Federal, State and Local Taxes FAR 52.247-34 FOB Destination DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports The following addenda are set forth here in full text: 52.232-4000 (TACOM) CONTRACTING OFFICERS AUTHORITY (APR 2006) The Contracting Officer is the only person authorized to approve additions or changes in any of the requirements under any contract, resulting from this solicitation, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event that the contractor effects any change at the direction of any person other than the Contracting Officer, such change shall be solely at the risk of the contractor. (See General Provision, entitled: Notification of Changes, FAR 52.243-7 or paragraph (c) of FAR 52.212-4). [End of Clause] 52.232-4007 WIDE AREA WORK FLOW (WAWF), CODES, AND DESIGNATED ACCEPTORS (APR 2008) USE THE FOLLOWING CODES TO ROUTE YOUR INVOICES THROUGH WAWF: "Your firms CAGE Code: (found in Block 15A of SF 33; Block 17a of SF 1449; Block 14 of SF 1442; Block 7 of SF 26) (Indicate) "Issue and Admin DoDAAC Code: (found in Block 7 of SF 33; Block 9 of SF 1449; Block 7 of SF 1442; Block 5 of SF 26) (Indicate) "Ship-To DoDAAC Code: (if deliverables are involved) (found in Section B of the contract where SF 33, SF 1442, or SF 26 is the cover page; Block 15 of SF 1449) (Indicate) "Accept-By DoDAAC Code: W91ATL "Payment DoDAAC Code: (found in Block 25 of SF 33; Block 18a of SF 1449; Block 27 of SF 1442; Block 12 of SF 26) (Indicate) The WAWF system will prompt for additional e-mail submission after clicking Signature. The following additional e-mail submissions are required: "Primary Acceptor Name: (Indicate) "Primary Acceptor e-mail: (Indicate) "Alternate Acceptor Name: (Indicate) "Alternate Acceptor e-mail: (Indicate) "Third-level Acceptor Name (Indicate) "Third-level Acceptor e-mail: (Indicate) WAWF Invoicing Procedures: Invoices will be submitted electronically through DFAS payment automated system Wide Area Work Flow (WAWF). Contractors, when requesting payment for your contract in WAWF, please submit as a two in one, not an invoice. In addition, when requesting payments, the contractor can notify the Acceptor by clicking SEND MORE E-MAIL NOTIFICATIONS and entering the Acceptors e-mail address. Training is available at http://www.wawftraining.com/ The paying office DoDAAC and mailing address is located on the first page of the award. To track the status of your invoice, click on the link, Pay status (myInvoice-External link) at the bottom of the left-hand menu. TACOM-Warren uses WAWF-RA (Receipt and Acceptance) to electronically process vendor requests for payment. (See DFARS clause 252.232-7003, entitled Electronic Submission of Payment Requests and Receiving Reports). Under WAWF-RA, vendors electronically submit (and track) invoices, and receipt/acceptance documents/reports. Submission of hard copy DD250/invoices is no longer acceptable for payment purposes. The contractor shall register to use WAWF-RA at https://wawf.eb.mil There is no charge to use WAWF. Direct any questions relating to system setup and vendor training to the Help Desk at Ogden, UT at 1-866-618-5988. Web-based training for WAWF is also available at http://www.wawftraining.com/ To obtain payment, WAWF requires the contractor to input/indicate the various DoDAAC (Department of Defense Activity Address Code) codes that apply to the acquisition. These codes can be found on the cover page of contracts/orders as described below. Also, contractors must ensure to include the purchase request number in the line item description. This number can be found under the line item description on the order/contract. (Type of Invoice: If this contract calls for contractor submission of a Material Inspection and Receiving report by virtue of the inclusion of the clause at DFARS 252.246-7000, Material Inspection and Receiving Report, use a combo Invoice and Receiving Report. If this DFARS clause is NOT in the contract, use a two-in-one invoice as described in WAWF.) If your paying office is Columbus, direct any payment-related questions to the Defense Finance Accounting Services (DFAS) Columbus at 1-888-756-4571. Please have your order number and invoice ready when calling about payment status. If your paying office is other than Columbus, contact your contract administrator for the customer service phone/fax numbers. [End of clause] 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar.htm (End of clause) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration The clause at 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 DFARS clauses cited in the clause are applicable to the acquisition: DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.252-7003, Electronic Submission of Payment Requests and Receiving Reports Offers that take exception to any of the item descriptions or terms and conditions of this solicitation will not be considered for award. Electronic offers in response to this solicitation are due on August 14, 2009 at 12:00 PM and shall be submitted to: edyth.mckinley@us.army.mil Questions regarding this solicitation should be addressed to Ms. Edyth McKinley at edyth.mckinley@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE07/W56HZV09RA006/listing.html)
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI<br />
Zip Code: 48397-5000<br />
 
Record
SN01882012-W 20090723/090722000122-34a03645bf7e1f35826f6dc0d5b9bd1c (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.