Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2009 FBO #2829
SOLICITATION NOTICE

95 -- ALUMINUM AND STEEL PLATES

Notice Date
8/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331315 — Aluminum Sheet, Plate, and Foil Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX09T0232
 
Response Due
9/9/2009
 
Archive Date
11/8/2009
 
Point of Contact
Barbara Gerace, (505)678-3579
 
E-Mail Address
RDECOM Acquisition Center - Adelphi
(bgerace@arl.army.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; proposals are being requested and a written solicitation will not be issued. Interested persons may identify their interest and capability by submitting their proposal. (ii) The solicitation number is W911QX09T0232. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 August 2009. (iv) The NAICS code is 331315. The small business size standard is 750 employees. (v) The following is a list of contract line item number(s) and items, quantities, units of measure, description (including option(s), if applicable): CLIN 0001: Aluminum plates, in. x 48in. x 96in., Grade 5083H116, Quantity 10 each; CLIN 0002: Aluminum plates, 1/4in. x 48in. x 96in., Grade 5083H116, Quantity 10 each; CLIN 0003: Aluminum plates, 1/2in. x 48in. x 96in., Grade 6061T6, Quantity 10 each; CLIN 0004: Aluminum plates, 1/4in. x 48in. x 96in., Grade 6061T6, Quantity 10 each; CLIN 0005: Aluminum plates, 1/2in. x 48in. x 96in., Grade 2014T3, Quantity 10 each; CLIN 0006: Aluminum plates, 1/4in. x 48in. x 96in., Grade 2014T3, Quantity 10 each; CLIN 0007: Steel RHA Plates, 72in. x 144in. x 2in., MIL-A-12560H, Quantity 20 each; CLIN 0008: Steel Armor Plates, 72in. x 288in. x 1in., MIL-A-12560H, Quantity 8 each; CLIN 0009: Shipping, Quantity 1 Lot vi) Delivery shall be made to Building 1115, Aberdeen Proving Grounds, MD. Acceptance shall be performed at Aberdeen Proving Grounds, MD. The FOB point is Destination. vii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (viii) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include at least 2 records of sales from the previous six months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (ix) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. None. xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and 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 FAR/DFARS clauses cited in this clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government; 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 Combating Trafficking in Persons; 52.225-5 Trade Agreements; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 252.203-3 Gratuities; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7014 Preference for Domestic Specialty Metals; 252.232-7003 Electronic Submission Of Payment Requests; 252.243-7002 Request for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea. Clauses and provisions are incorporated by reference and apply to this acquisition. Full text of the clauses and provisions can be obtained at http://farsite.hill.af.mil/ (xii) The following RDECOM local provisions shall be incorporated into any resultant contract: 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.016-4407 Type of Contract; 52.005-4401 Release of Information; 52.032-4418 Tax Exemption Certification. A copy of the full test of these provisions will be made available upon request. (xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: None. (xiv) The following notes apply to this announcement: None. (xv) Offers are due on 8 September 2009, by 10:00 AM Mountain Daylight time (MDT) at the US Army Research Laboratory, CRD-AD-WS, Bldg 1624, White Sands Missile Range, NM 88002-5512 or via email hortensia.tellez@arl.army.mi. (xvi) For information regarding this solicitation, please contact Hortensia E. Tellez at 575-678-0697 or email at hortensia.tellez@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QX09T0232/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN01922111-W 20090823/090822003428-65b7b1eeab285a0b252500321698f6e2 (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.