SOLICITATION NOTICE
95 -- TUNGSTEN PENETRATORS
- Notice Date
- 3/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333515
— Cutting Tool and Machine Tool Accessory Manufacturing
- Contracting Office
- ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-12-R-0010
- Response Due
- 4/15/2012
- Archive Date
- 6/14/2012
- Point of Contact
- Robin Stoltz, 301-394-3381
- E-Mail Address
-
ACC-APG - Adelphi
(rstoltz@arl.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. (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. (ii) The solicitation number is W911QX-12-R-0010. This acquisition is issued as a Request for Proposal (RFP) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56 (iv) This acquisition is unrestricted. The associated NAICS code is 333515. The business size standard is 500. (v) The following is a list of contract line item number(s) and items, quantities and units of measure: CLIN 0001 The Contractor shall machine forty (40) each of the M829A2 Government Furnished Material (GFM) penetrator assemblies to the specifications and tolerances as noted in drawing RT-2012020-1 (dated 20 JAN 2012).. CLIN 0002 - The Contractor shall machine 160 each of the M829A2 GFM penetrators to the specifications and tolerances as noted on page 1 of drawing SR-2012030-1 (dated 20 JAN 2012). CLIN 0003 - The Contractor shall machine twenty (20) each of the M829A2 GFM penetrators to the specifications and tolerances as noted on page 2 of drawing SR-2012030-1 (dated 20 JAN 2012). (vi) Specifications / Salient Characteristics / Statement of Work: See attached statement of work and drawings. Upon request, the drawings referred to in the statement of work will be provided under separate cover once the following information is provided by the offeror and approved for release: a. Offeror must be a US owned company (provide cage code for verification). b. Offeror cannot have any foreign nationals on staff. c.. Offeror must demonstrate prior machining work with tungsten. d. Offeror must submit equipment list for machining and inspection. e. Provide point of contact for phone interview. After receipt of the above information, a site visit may be required before a determination can be made if the drawings can be released. (vii) Completion of this project requires specific delivery times and they can be found in the attached statement of work Acceptance shall be performed at US Army Research Laboratory, Aberdeen Proving Ground, APG MD. The Freight on Board (FOB) point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria is 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/services meet the requirements of the statement of work and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the offeror. The offeror must possess, at a minimum, the following technical capabilities: - To mill and/or wire complex shapes into tungsten parts 16" in length and hold tolerances of 0.002" across the length - To fabricate a series of contoured holes 1.5" in depth into tungsten maintaining 0.002" tolerance on both diameter and location - A minimum of 4-axis equipment is required unless adequate demonstration of lesser equipment is provided The offeror must submit the following information: Qualifications of Personnel who will be assigned to perform the effort to include biographical sketches, training and experience. Facilities and tooling expected to perform this effort. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, offerors 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 two (2) records of similar sales from the previous five (5) years. 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. 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. (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, with its offer. (xi) 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 (xii) 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: 52.203-3, 52.203-6 Alt1, 52.204-4, 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-13, 52.225-25, 52.232-33, 52.233-3, 52.233-4, 252.203-7000, 252.211-7003, 252.225-7012, 252.232-7003, 252.237-7010, 252.243-7002, 252.247-7023, 252.711-7003 Alt 1. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4409 ACC - APG Point of Contact (Apr 2011) 52.004-4412 Contracting Officer's Representative (COR) (DEC 2002) 52.016-4407 Type of Contract (SEP 1999); 52.046-4400 Government Inspection and Acceptance (Sep 1999); 52.032-4418 Tax Exemption Certification (Sep 1999); 5152.232-4003 Wide Area Workflow (WAWF) Information and Instructions (July 2011) ACC-APG(SCRT); 52.005-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts (Aug 2006); 52.011-4401 Receiving Room Requirements - APG Alternate I (JAN 2003); AMC-Level Protest Program (Jul 2011); and US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website. A copy of the full text provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: None. (xvi) Offers are due on 15 April 2012 by 11:59 eastern time, at Army Contracting Command - Aberdeen Proving Ground, Adelphi Contracting Division. Proposals, as well as any questions, should be emailed to Ms. Stoltz at robin.e.stoltz.civ@mail.mil. Please be advised that.zip and.exe files cannot be accepted. (xvii) For information regarding this solicitation, please contact Ms. Stoltz; Email: robin.e.stoltz.civ@mail.mil. "NO TELEPHONE REQUESTS WILL BE HONORED".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2e5f47340fdabf248412a1976b046d1e)
- Place of Performance
- Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Zip Code: 20783-1197
- Record
- SN02697875-W 20120317/120315235118-2e5f47340fdabf248412a1976b046d1e (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 |