SOLICITATION NOTICE
95 -- Purchase of Titanium Plates
- Notice Date
- 6/11/2014
- Notice Type
- Combined Synopsis/Solicitation
- 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-14-T-0125
- Response Due
- 6/26/2014
- Archive Date
- 8/10/2014
- Point of Contact
- adrian.barber, 301-394-1503
- E-Mail Address
-
ACC-APG - Adelphi
(adrian.t.barber.civ@mail.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. (ii) The solicitation number is W911QX-14-T-0125. This acquisition is issued as a Request for Quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74 effective 30 May 2014. (iv) 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, (including option(s), if applicable): CLIN 0001: Removal of approximately 68,000 lbs of titanium scrap to be removed from Spesutie Island, Aberdeen Proving Grounds, MD within 20 weeks after receipt of order; CLIN 0002: Quantity four (4) MIL-DTL-46077G Class 2 or 3 or 4 Wrought Titanium Plates with the following dimensions 2 quote mark x 48 quote mark x 96 quote mark All four (4) plates must be the same class; CLIN 0003: Quantity four (4) MIL-DTL-46077G Class 2 or 3 or 4 Wrought Titanium Plates with the following dimensions 4 quote mark x 48 quote mark x 96 quote mark All four (4) plates must be the same class; CLIN 0004: Shipping of all finished titanium plates to Spesutie Island, Aberdeen Proving Grounds, MD within 20 weeks after receipt of order (vi) Description of requirements: Removal of approximately 68,000 lbs of titanium scrap to be removed from Spesutie Island, Aberdeen Proving Grounds, MD within 20 weeks after receipt of order Quantity four (4) MIL-DTL-46077G Class 2 or 3 or 4 Wrought Titanium Plates with the following dimensions 2 quote mark x 48 quote mark x 96 quote mark All four (4) plates must be the same class Quantity four (4) MIL-DTL-46077G Class 2 or 3 or 4 Wrought Titanium Plates with the following dimensions 4 quote mark x 48 quote mark x 96 quote mark All four (4) plates must be the same class Shipping of all finished titanium plates to Spesutie Island, Aberdeen Proving Grounds, MD within 20 weeks after receipt of order (vii) Delivery is required 20 weeks after contract award date. Delivery shall be made to Aberdeen Proving Grounds, MD 21005-5066. Acceptance shall be performed at Aberdeen Proving Grounds, MD 21005-5066. The FOB point is Aberdeen Proving Grounds, MD 21005-5066. (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: 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 two (2) records of relevant sales, for similar purchases, from the previous thirty-six 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. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations. (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 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995) ; 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) ; 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) ; 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (MAY 2012) ; 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (JAN 2011) ; 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (JUL 2013) ; 52.219-23 NOTICE OF PRICE EVALUATION ADJUSTMENT FOR SMALL DISADVANTAGED BUSINESS CONCERNS (OCT 2008) ; 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) ; 52.222-3 CONVICT LABOR (JUN 2003) ; 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) ; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) ; 52.222-26 EQUAL OPPORTUNITY (MAR 2007) ; 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (SEP 2010) ; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010) ; 52.222-37 EMPLOYMENT REPORTS ON VETERANS (SEP 2010) ; 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) ; 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) ; 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) ; 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) ; 52.232-36 PAYMENT BY THIRD PARTY (JULY 2013) (31 U.S.C. 3332) ; 52.203-3 GRATUITIES (APRIL 1984) ; 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) ; 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) ; 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) ; 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009) ; 252.215-7008 ONLY ONE OFFER (OCT 2013) ; 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) ; 252.225-7008 RESTRICTION ON ACQUISITION OF SPECIALTY METALS (MAR 2013) ; 252.225-7009 RESTRICTION ON ACQUISITION OF CERTAIN ARTICLES CONTAINING SPECIALTY METALS (JUN 2012) ; 252.225-7010 COMMERCIAL DERIVATIVE MILITARY ARTICLE-SPECIALTY METALS COMPLIANCE CERTIFICATE (JUL 2009) ; 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (FEB 2013) ; 252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL, AS PRESCRIBED IN 225.7605, TO COMPLY WITH 10 U.S.C. 2410I. ; 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) ; 252.232-7010 LEVIES ON CONTRACT PAYMENTS, AS PRESCRIBED IN 232.7102 ; 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012) ; 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS, AS PRESCRIBED IN 244.403 ; 252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) ; 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) ; 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) ; 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JULY 2013) ; 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONS (DEC 2012) 52.246-2 INSPECTION OF SUPPLIES - FIXED PRICE (AUG 1996) ; 52.246-16 RESPONSIBILITY FOR SUPPLIES (APR 1984) ; 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011) ; 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) ; 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT (APR 2011) ; APG-AD-B.5152.204-4411 TECHNICAL POINT OF CONTACT (DEC 2002) ; APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999) ; APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) ; APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) ; APG-ADL-H.5152.205-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006) ; APG-ADL-H.5152.211-4401ALT RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003) ; APG-ADL-L.5152.215-4416 SITE VISIT (for details see A02 - Combo Synopsis-Solicitation (Addendum - Site Visit)) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS): N/A (xv) The following notes apply to this announcement: None (xvi) Offers are due on 14 Jul-2014, by 11:59 PM EST, at Aberdeen Proving Grounds, MD 21005-5066. (xvii) For information regarding this solicitation, please contact Adrian Barber ; (301) 394-1503 ; adrian.t.barber.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f7cabe7335c84eaed97c9ce7459935f9)
- 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
- SN03391734-W 20140613/140611234822-f7cabe7335c84eaed97c9ce7459935f9 (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 |