AWARD
95 -- Rolled Homogeneous Armor (RHA) Steel Plates
- Notice Date
- 8/20/2012
- Notice Type
- Award Notice
- NAICS
- 331491
— Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
- 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-0026
- Response Due
- 7/28/2012
- Archive Date
- 9/26/2012
- Point of Contact
- Eric Pomroy, 301-394-2021
- E-Mail Address
-
ACC-APG - Adelphi
(eric.r.pomroy.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W911QX-12-C-0148
- Award Date
- 8/20/2012
- Awardee
- BRAVA METAL SUPPLY CORP. (968608328) <br> 2929 MAIN ST<br> BUFFALO, NY 14214-1719
- Award Amount
- $351,280.00
- Line Number
- 0001, 0002, 0003, 0004, 0005, 0006
- 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. (ii) The solicitation number is W911QX-12-R-0026. This acquisition is issued as an Request for Quotes (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 effective 18 May 2012. (iv) This acquisition is set-aside for SMALL BUSINESS. The associated NAICS code is 331491. The small business size standard is 750 EMPLOYEES. (v) The following is a list of contract line item number(s) and items, quantities and units of measure: CLIN 0001: Ten (10) RHA Steel Plates, 0.5" x 72" x 144", MIL SPEC A-12560H(MR) Year 2007 Class 1 Amendment 4; each CLIN 0002: Five (5) RHA Steel Plates, 2" x 72" x 144", MIL SPEC A- 12560H(MR) Year 2007 Class 1, Amendment 4; each CLIN 0003: Five (5) RHA Steel Plates, 2.36" (60mm) x 72" x 144", MIL SPEC A-12560H(MR) Year 2007 Class 1, Amendment 4; each CLIN 0004: Five (5) RHA Steel Plates, 3" x 72" x 144", MIL SPEC A- 12560H(MR) Year 2007 Class 1, Amendment 4; each CLIN 0005: Five (5) RHA Steel Plates, 5" x 72" x 144", MIL SPEC A- 12560H(MR) Year 2007 Class 1, Amendment 4; each CLIN 0006: One (1) Shipping/Delivery; Lot (vi) Description of requirements: The steel being requested is armor plate of the following industry and military specifications and characteristics: 1. Armor plate, steel, wrought, homogeneous armor, also known as rolled homogeneous armor (RHA) steel plate 2. Armor plate must meet specification MIL-A-12560H(MR) w/int. amendment 4, dated 20 July 2007. 3. The armor plate shall be domestic material - no foreign material. 4. The dimensions of the plates should not exceed 72" wide x 144" long. 5. Armor plate shall be made by a known producer, who should include past performance statements. (vii) Delivery is required within two (2) months of receipt of order. Delivery shall be made to ABERDEEN PROVING GROUNDS, APG MD. Acceptance shall be performed at ABERDEEN PROVING GROUNDS, APG MD. The FOB point is ABERDEEN PROVING GROUNDS, APG MD. (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 to be included in paragraph (a) of that provision are as follows: (a) 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 five records of sales from the previous 18 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. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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: FAR: 52.203-3, 52.222-50, 52.233-3, 52.233-4, 52.203-6, 52.204-10, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33, 52.232-36, 52.203-13, 52.219-8, 52.222-35, 52.222-26, 52.222-36, 52.222-40, 52.222-41, 52.222-50, 52.222-51, 52.222-53, 52.222-54, 52.226-6 & 52.247-64. DFAR: 252.203-7000, 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7023 ALT III, 252.237-7010 & 252.247-7024. (xiii) The following additional contract requirement(s) or terms and conditions apply: The following Local ARL clauses apply: 52.004-4409, 52.004-4111, 52.016-4407, 52.046-4400, 52.032-4418, 52.032-4423, 52.032-4430, 52.005-4401 and 52.011-4401 ALT 1 (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 28 JULY 2012, by 11:59 PM EST, at ADELPHI LABORATORY CENTER 2800 POWDER MILL RD ADELPHI MD, 20783 All offers should be submitted to the following: ERIC.R.POMROY.CIV@MAIL.MIL (xvii) For information regarding this solicitation, please contact ERIC POMROY; (301)394-2021; ERIC.R.POMROY.CIV@MAIL.MIL Additional Info: Additional documentation Contracting Office Address: ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197 Place of Performance: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD 20783-1197 US Point of Contact(s): Eric Pomroy, 301-394-2021 ACC-APG - Adelphi
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f8f02951ea736a28b4ee274c19378c32)
- Record
- SN02847300-W 20120822/120821000245-f8f02951ea736a28b4ee274c19378c32 (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 |