Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
MODIFICATION

H -- Stab Testing

Notice Date
9/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK12T0396
 
Response Due
9/19/2012
 
Archive Date
11/18/2012
 
Point of Contact
Ian Quillman, 410 278 0758
 
E-Mail Address
ACC-APG - Installation Division
(ian.h.quillman.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W91ZLK-12-T-0396 Stab Tests 9/11/2012 This 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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-60. The solicitation number for this request for quotation (RFQ) is W91ZLK-12-T-0396. This requirement has been deemed a 100% small business set-aside under the associated North American Industry Classification System (NAICS) Code 541380, Testing Laboratories and the Small Business Size Standard $14,000,000. The Government contemplates award of a Firm-Fixed Price purchase order under FAR Part 12, Acquisition of Commercial Items. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following: Stab Tests Quantity: Approximately 150-200 "subtests" OVERVIEW: The Army has a requirement for stab testing of personal armoring materials and end items which provide protection against a broad range of threats. Testing will be performed in accordance with National Institute of Justice (NIJ) Standard 0115.00 Stab Resistance of Personal Body Armor, September 2000. To perform the work a lab must be accredited by National Voluntary Laboratory Accreditation Program and Certified by National Institute of Justice to perform the testing of stab resistant personal body armor. Testing must be completed within 10 days of delivery of test items. Shipping costs will be covered by Aberdeen Test Center. http://ts.nist.gov/standards/scopes/pba.htm TEST START AND END DATE: Period of Performance will be 1 Year from award TEST ITEMS: Concealable Body Armor (CBA) (Approximately 150-200 "subtests"; subtest defined as a vest on which one E1 threat is dropped at 0, one E2 threat is dropped at 0, and one E1 threat is dropped at 45.) FACILITIES AND CAPABILITIES: Required: Must use a Stab Tower in a temperature and humidity controlled environment, video recording of testing, photo support, velocity measurement capability, tip sharpness test capability, and Composite backing restitution test capability and any other required per NIJ Standard 0115.00 Stab Resistance of Personal Body Armor, September 2000. DATA REQUIRED: For all stab tests the following information is required as a deliverable: a) Armor specimen description including exact materials, thickness, and areal density of armor system or ballistic system nomenclature, and sizes and weights of all components. b) Conditioning of armor specimen. c) Stab threat with exact nomenclature. d) Temperature, humidity and barometric pressure measurements. e) Drop mass weight f) Impact number, level, energy level, angle of incidence, drop height, impact velocity, strike energy, and depth of penetration measurements (penetration distance and cut length). g) Engineering knife blade and engineering spike hardness measurement h) Backing material restitution test measurements. i) Name, address and testers of company performing tests. 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: 52.203-3 Gratuities 52.209-2 Prohibition on Contracting With Inverted Domestic Corporations-Representation 52.209-6 protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 252.201-7000 Contracting Officer's Representative 252.211-7003 Item Identification and Valuation 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 this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C.2402) 52.0214-4100 Caution For Handcarries (Aug 2008) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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 Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.222-50 Combating Trafficking In Persons (Feb 2009) 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran--Representation and Certification. (NOV 2011) 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax 252.247-7023 Transportation of Supplies By Sea (May 2002) Alternate Iii (May 2002) Accounting For Contract Services Requirement (Jun 2012) ACC-APG 5152.237-4900 SUBMISSION PROCEDURES: Please submit bids in the following format: CLIN 0001: $_________ Per stab subtest, with an estimated 150-200 of subtests. CLIN 0002: $_________ Contractor Manpower Reporting Application ACCOUNTING FOR CONTRACT SERVICES Cost for Providing Accounting for Contract Services - APG 5152.237-490, Accounting for Contract Services Requirement, has been added to the statement of work, and Contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter "No Cost". Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. All questions must be submitted via email to ian.h.quillman.civ@mail.mil by 11 AM Eastern Time, Thursday, 13 September 2012. Quotations must be signed, dated, and received by 2 PM Eastern Time, Friday, 14 September 2012, via email to ian.h.quillman.civ@mail.mil. For questions concerning this Request for Quotation, contact Ian Quillman, Contracting Specialist, via email at ian.h.quillman.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3313b427fe04e4147fc7588aaff81358)
 
Place of Performance
Address: ACC-APG - Installation Division Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02882126-W 20120915/120914001926-3313b427fe04e4147fc7588aaff81358 (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.