Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2016 FBO #5374
SOLICITATION NOTICE

A -- Computer Numerical Controlled Machining Analysis

Notice Date
8/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332721 — Precision Turned Product Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-16-T-0013
 
Archive Date
8/30/2016
 
Point of Contact
Beth K Chapman, Phone: 7578784827, Beth K Chapman, Phone: 7578784827
 
E-Mail Address
beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil
(beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Aviation Development Directorate-Aviation Applied Technology Directorate (ADD-AATD) Contracting Division, U.S. Army Contracting Command, intends to award a firm-fixed-price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The solicitation number is W911W6-16-T-0013 and is issued as a request for quotes. The proposed contract action, a commercial item purchase in accordance with FAR Part 13, Simplified Acquisition Procedures, is for procurement of a simulated computer numerical controlled (CNC) machining analysis that will predict distortion for an aluminum test coupon representative of an Army rotary wing airframe. The test coupon for simulating machining is to be an aluminum material, includes thin web sections, and has dimensions approximately.7 m x.2 m x.06 m. The test coupon will be provided by the Government. The machining process will predict distortion and residual stress and will be used to optimize machining instructions, including the toolpath CNC g-code, for a high-quality part. The work will include the following: (1) The contractor will use a machining simulation with analysis of machine induced residual stress to accurately predict final part distortion from a current standard practice Computer Numerical Controlled (CNC) machining process. As a result, a report will be required documenting simulation procedure and drawings of predicted distortion of the machined test coupon and will be delivered. (2) The contractor will use machining simulation to optimize machining instructions to achieve a least distorted coupon. As a result, a report documenting the optimization procedure, drawings of predicted distortion of machined test coupon, and the optimized machining process instructions including CNC code will be required. In addition, the contractor's analysis must meet the following: (1) Analysis process should already be developed and proven capable of high-fidelity prediction with blind experimental comparison; (2) Analysis should be capable of accurately predicting effects of machining options including feed, speed, cutting tools, and toolpath (zig, zig-zag, curvilinear), strategies for part rotation, tool bit helix angle, and material removal sequence; (3) Analysis should be capable of virtually exploring machining parameters and identification of key controlling factors; (4) Analysis should use physics-based relationships; and (5) Analysis should include details to the cutting tool level. Offerors shall include in their quote a work approach, cost breakdown, delivery schedule, and qualifications of performing personnel. Shipping charges and warranty terms shall be included in the quote. Delivery, Inspection, Acceptance and F.O.B. Point will be at Destination, Fort Eustis, Virginia 23604. Delivery shall be not later than one month after receipt of order. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Provisions incorporated by reference include FAR 52.204-7, System for Award Management; FAR 52.212-2, Evaluation--Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7996, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements--Representation; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Clauses incorporated by reference include 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Award; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019); 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.245-1, Government Property; FAR 52.245-9, Use and Charges; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7997, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements; DFARS 252.204-0001, Line Item Specific--Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.211-7007, Reporting of Government-Furnished Property; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property; DARS 252.245-7002, Reporting Loss of Government Property; DFARS 252.245-7003, Contractor Property Management System Administration; DFARS 252.245-7004, Reporting, Reutilization, and Disposal; and DFARS 252.246-7000, Material Inspection and Receiving Report. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Pursuant to FAR 52.212-2, Evaluation--Commercial Items, quotes will be evaluated based on technical approach and success of that approach, which is substantially more important than price. The applicable North American Industry Classification Standard (NAICS) code is 332721. The small business size standard is 500. Interested sources may identify interest and capability to respond to the requirement or submit quotes. The Government will review and consider all quotes received within the closing date set in this notice. Companies shall reference W911W6-16-T-0013 in all correspondence with the Government. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. The successful offeror must submit their invoices through the Wide Area WorkFlow website http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Capability statements are due not later than 15 August 2016, 3:00 pm. East Standard Time. Submit inquiries regarding this procurement to Beth Chapman by email at beth.k.chapman.civ@mail.mil (757-878-4827).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8e0b57c5e1fd61992a4f871eb5659dad)
 
Place of Performance
Address: 401 Lee Boulevard, Fort Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN04213673-W 20160810/160808235133-8e0b57c5e1fd61992a4f871eb5659dad (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.