Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2013 FBO #4320
SOLICITATION NOTICE

95 -- RHA Steel Plates

Notice Date
9/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332111 — Iron and Steel Forging
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX13T0247
 
Response Due
9/25/2013
 
Archive Date
11/19/2013
 
Point of Contact
Daniel Dougherty, 301-394-4680
 
E-Mail Address
ACC-APG - Adelphi
(daniel.p.dougherty14.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. (ii) The solicitation number is W911QX-13-T-0247. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. (iv) The associated NAICS code is 332111. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN0001: Five (5) rolled homogeneous armor (RHA) steel plates. 2 quote mark X 72 quote mark X 144 quote mark Mil Spec 12560 (MR) CLIN0002: Five (5) rolled homogeneous armor (RHA) steel plates. 3 quote mark X 72 quote mark X 144 quote mark Mil Spec 12560 (MR) CLIN0003: Five (5) rolled homogeneous armor (RHA) steel plates. 4 quote mark X 72 quote mark X 144 quote mark Mil Spec 12560 (MR) (vi) Description of requirements: Salient Characteristics The steel being requested is armor plate of the following industry and military specifications and characteristics: 1.Armor plate must meet specification MIL-A-12560H(MR) with amendment 4, dated 20 July 2007. Armor plate must meet Class 1 specifications. 2.The armor plate shall be domestic material - no foreign material. 3.The lateral dimensions of the plates shall be 72 quote mark wide x 144 quote mark long. Lateral dimension tolerances for width and length shall not exceed +1.00 quote mark and -0.00 quote mark. 4.Armor plate production mill shall be identified by the supplier. 5.Armor plate shall be made by a known producer, who should include past performance statements. Armor plate production mill shall be identified by the supplier. (vii) Delivery for the steel plates mentioned above is required within thirty (30) days ARO (After Receipt of Order). Delivery shall be made to US Army Research Laboratory, Aberdeen Proving Ground, MD. Acceptance shall be performed at US Army Research Laboratory, Aberdeen Proving Ground, MD. The FOB point is US Army Research Laboratory, Aberdeen Proving Ground, 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: 52.214-34, 52.214-35. (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: 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 relevant sales from the previous 18 months. Offerors shall identify a point of contact for each relevant 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. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, 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 the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.215-20, 52.219-6, 52.219-8, 52.219-14, 52.219-25, 52.219-28, 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, 52.203-3, 252.203-7000, 252.203-7005, 252.209-7001, 252.215-7007, 252.215-7008, 252.223-7008, 252.225-7000, 252.225-7001, 252.225-7012, 252.232-7003, 252.232-7010, 252.243-7002, 252.244-7000, 252.247-7022, 252.247-7023, (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.204-4, 52.225-25, 252.204-0001, 252.211-7003, 252.211-7003 ALT I, 252.232-7006. This will be a Firm Fixed Price Award. 52.204-4, 52.032-4418 Tax Exemption Certification (Sep 1999); 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- ALC (Sep 1999); 252.204-0001, 252.211-7003, 252.211-7003 ALT I, 252.232-7006. (xiv) The following notes apply to this announcement: Prices given in bids shall be in US dollars and valid through the time of payment (Thirty (30) days after invoicing). (xv) Offers are due on 25 Septebmer 2013, by 09:00 AM EST, at: US ARMY ACC - APG / ADELPHI CONT DIV ACC - APG / ADELPHI DIV 2800 Powder Mill Road CCAP-SCA Adelphi, MD 20783-1197 (xvii) For information regarding this solicitation, please contact Daniel Dougherty (301)-394-4680, daniel.p.dougherty14.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0971281eefd4ea586257e5b76528f4ed)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03197074-W 20130922/130920235500-0971281eefd4ea586257e5b76528f4ed (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.