Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2012 FBO #3900
SOLICITATION NOTICE

93 -- TUNGSTEN for SDB 1 - Statement of Work

Notice Date
7/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325188 — All Other Basic Inorganic Chemical Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA8672-12-R-0330
 
Point of Contact
Gwendolyn E. Quinn, Phone: 850-883-2916, AMY M. WIGGINS, Phone: 850-883-2542
 
E-Mail Address
gwendolyn.quinn@eglin.af.mil, amy.wiggins@eglin.af.mil
(gwendolyn.quinn@eglin.af.mil, amy.wiggins@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Tungsten Metal Powder COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA8672-12-R-0330 and is being issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 325188 with a 1000-employee size standard. (v) Contractors shall submit a proposal for the manufacturing and delivery of high density Tungsten powder in the following structure: CLIN # CLIN Description Qty 0001 Tungsten for SDB I. 20,700 pounds All responsible sources may submit a proposal, which shall be considered. (vi) FA8672-12-R-0330 – Manufacturing and delivery of high density Tungsten powder to McAlester Army Ammunition Plant,1 C Tree Road, Bldg 152, McAlester, OK; for use in an Eglin Air Force Base, Florida requirement. Please see attached document for a full description of the items to be acquired. Any additional information can be obtained by contacting Mr. Ken Clark or Ms. Amy M. Wiggins. (vii) First delivery shall occur within 30 calendar days of award, with all following delivery’s falling on 3 week intervals or less, and be consisting of at least 3000 lbs of tungsten each. The final delivery shall be within 156 calendar days of award, and will be less than 3000 lbs of tungsten, as it will be the remainder quantity. All deliveries and acceptance will be at FOB destination. Please see attached Statement of Work (SOW) for destination markings and address. Delivery Schedule: Delivery 1: 30 days after award Delivery 2: 21 Days after delivery one Delivery 3: 42 Days after delivery one Delivery 4: 63 Days after delivery one Delivery 5: 84 Days after delivery one Delivery 6: 105 Days after delivery one Delivery 7: 126 Days after delivery one (viii) FAR 52.212-1 Instructions to Offerors-Commercial applies to this acquisition. Please see attached solicitation for all addenda to this clause. (ix) FAR 52.212-02 Evaluation-Commercial Items Evaluation applies to this acquisition. The Government will award a contract resulting form this solicitation to the responsible offeror whose technically acceptable offer, conforming to the solicitation, is the lowest price. Please see 52.212-02 below for complete details on the evaluation procedures to be used for all proposals. FAR 52.212-02 EVALUATION--COMMERCIAL ITEMS (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price (2) Technical Capability (3) Past Performance All offers will be evaluated for technical acceptability, satisfactory past performance, and then ranked by price until the Lowest Price Technically Acceptable offer is identified. The following areas will be evaluated: VOLUME 1 - Price / Administration: The total evaluated price will be calculated as the sum of all Contract Line Item Numbers (CLINs) unit/extended prices. Offerors that provide incomplete pricing information or pricing information not in U.S. Dollars will be rated as unacceptable. VOLUME 2 - Technical Capability: The following elements shall be met in order to be deemed technically acceptable: Element 1 - In order to be deemed technically acceptable, the contractor's sample of Tungsten powder shall conform to the specifications set forth in Section 3 Table I in the Statement of Work (SOW). McAlester Army Ammunition Plant shall independently test the sample using the same parameters and testing procedures indentified in Section 4.3 in the SOW. Element 2 - In order to be deemed technically acceptable the contractor shall demonstrate knowledge and understanding of the requirement by providing a Certificate of Analysis (COA) and all other documentation to support compliance with the requirements in Section 3 Table I of the SOW. Element 3 - In order to be deemed technically acceptable the contractor shall provide their own delivery schedule with, but not limited to the number of incremental shipments and corresponding Tungsten powder amounts, in pounds, similar to the one provided in section (vii) above. The amounts of Tungsten powder specified above are the minimum required. Offerors can propose for higher amounts and more frequent increments, but shall be able to meet the minimum requirements set forth in this solicitation. VOLUME 3- Past Performance: In order to be considered acceptable, the offeror shall have had satisfactory performance on recent and relevant contracts for the same or similar items. Satisfactory past performance information may be based on information such as the contracting officer's knowledge of the requirement, customer surveys, or other reasonable basis. Offerors that have no recent and relevant past performance history will be assigned a neutral past performance evaluation rating which equates to satisfactory. A contractor may be considered unacceptable for any of the following actions: negative past performance or record of termination for cause/ default. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition—Commercial Items applies to this acquisition. Please see attached solicitation for all addenda to this clause. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.203-06 (Alt 1) Restrictions on Subcontractor Sales to the Government FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-06 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-04 Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-06 Notice of Total Small Business Set-Aside FAR 52.219-08 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-03 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 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) FAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are incorporated by reference, however, for paragraphs (a), (b) and (c) the following clauses apply; FAR 52.203-03 Gratuities DFAR 252.203-7000 Requirements Relating to Compensation of former DoD Officials DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders DFARS 252-225.7001 Buy American Act and Balance of Payments Program DFARS 252.225-7008 Restriction on Acquisition of Specialty Metals DFAR 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals DFARS 252.225-7012 Preference of Certain Domestic Commodities DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises and Native Hawaiian Small Business Concerns DFARS 252.227-7015 Technical Data--Commercial Items DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.247-7024 Notification of Transportation of Supplies by Sea AFFARS 5352.201-9101, Ombudsman; complete paragraph c as follows: Brigadier General David A. Harris, AAC/CV, 101 West D. Avenue, Suite 116, Eglin AFB, FL, 32542-5495, (850) 882-5422, DSN 872-5422, e-mail: david.harris@eglin.af.mil. (xiv) There is no applicable DPAS rating for this acquisition. (xv) Response to this combined synopsis/solicitation must be received via email by 28 August 2012, no later than 4:00 PM Eastern Standard Time. Requests should be marked with solicitation number FA8672-12-R-0330. (xv) Address questions to Mr. Kenneth. Clark, Contract Specialist, at (850) 883-2544, email kenneth.clark@eglin.af.mil or Ms. Amy M. Wiggins, Contracting Officer; at (850) 883-2542, email Amy.wiggins@eglin.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/FA8672-12-R-0330/listing.html)
 
Place of Performance
Address: McAlester Army Ammunition Plant, 1C Tree Road, Bldg 152, Attn; Mr. Treaver Price: 918-420-6009, McAlester, Oklahoma, 74501, United States
Zip Code: 74501
 
Record
SN02818194-W 20120729/120728000038-4b789b469be4b93140bc12bf998053be (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.