SOLICITATION NOTICE
93 -- Hot-Pressed Proprietary Silicon Carbide (SiC)-X38 Formulation Ceramic Materials
- Notice Date
- 10/19/2022 7:52:21 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 327120
— Clay Building Material and Refractories Manufacturing
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX23Q0005
- Response Due
- 10/26/2022 9:00:00 AM
- Archive Date
- 11/10/2022
- Point of Contact
- Nicole Propst, Phone: 3013942031
- E-Mail Address
-
nicole.l.propst.ctr@army.mil
(nicole.l.propst.ctr@army.mil)
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1.� Class Code: 9390 2.� NAICS Code:� 327120 3.� Subject:� Hot-Pressed Proprietary Silicon Carbide (SiC)-X38 Formulation Ceramic Materials 4.� Solicitation Number: W911QX23Q0005 5.� Set-Aside Code: N/A 6.� Response Date: FIVE (5) BUSINESS DAYS AFTER POSTING 7.� Place of Delivery/Performance:� U.S. Army Research Laboratory (ARL) Logistics Warehouse,�Building 321 6375 Johnson Road Aberdeen Proving Ground, MD 21005 8.� ����������������������� (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. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i).� The name of the company the Government intends to award a contract to is CoorsTek, Inc., 4414 Table Mountain Dr, Golden, CO 80403-1602 USA, CAGE: 91FP7.� This notice of intent is not a request for competitive proposals.� However, the Government will consider all proposals received prior to the closing date and time of this solicitation. ����������������������� (ii)� The solicitation number is W911QX23Q0005.� 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 2022-08. ����������������������� (iv)� The associated NAICS code is 327120.� 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):� TENTATIVE CLIN STRUCTURE (SUBJECT TO CHANGE): CLIN 0001: Quantity 108 Hot-Pressed Proprietary SiC-X38 formulation tiles at 4 inches (�) X 4� X 0.40� Length/Width Tolerance of +0.005�/-0.000"" Thickness Tolerance of +0.003""/-0.000"" Flat & parallel within 0.0015� CLIN 0002: Quantity 80 Hot-Pressed Proprietary SiC-X38 formulation tiles at 4� X 4� X 0.375� Length/Width Tolerance of +0.005�/-0.000"" Thickness Tolerance of +0.003""/-0.000"" Flat & parallel within 0.0015"" CLIN 0003: Quantity 30 Hot-Pressed Proprietary SiC-X38 formulation tiles at 4� X 4� X 0.350� Length/Width Tolerance of +0.005�/-0.000"" Thickness Tolerance of +0.003""/-0.000"" Flat & parallel within 0.0015"" CLIN 0004: Quantity 30 Hot-Pressed Proprietary SiC-X38 formulation tiles at 4� X 4� X 0.30� Length/Width Tolerance of +0.005�/-0.000"" Thickness Tolerance of +0.003""/-0.000"" Flat & parallel within 0.0015"" CLIN 0005: Quantity 20 armor targets with 4"" X 4"" X 0.30"" Hot-Pressed Proprietary SiC-X38 formulation tile with Dayton Armor ultra-high molecular weight polyethylene (UHMWPE) Backing Material: X-38 Tile dimensions - Length/Width Tolerance of +0.005�/-0.000"" Thickness Tolerance of +0.003""/-0.000"" Flat & parallel within 0.0015"" Backer lateral dimension � 7� X 7� CLIN 0006: Quantity 20 armor targets with 4"" X 4"" X 0.350"" Hot-Pressed Proprietary SiC-X38 formulation tile with Dayton Armor UHMWPE Backing Material: X-38 Tile dimensions - Length/Width Tolerance of +0.005�/-0.000"" Thickness Tolerance of +0.003""/-0.000"" Flat & parallel within 0.0015"" Backer lateral dimension � 7� X 7� CLIN 0007: Quantity 80 armor targets with 4"" X 4"" X 0.375"" Hot-Pressed Proprietary SiC-X38 formulation tile with Dayton Armor UHMWPE Backing Material: X-38 Tile dimensions - Length/Width Tolerance of +0.005�/-0.000"" Thickness Tolerance of +0.003""/-0.000"" Flat & parallel within 0.0015"" Backer lateral dimension � 7� X 7� CLIN 0008: Quantity 50 armor targets with 4"" X 4"" X 0.400"" Hot-Pressed Proprietary SiC-X38 formulation tile with Dayton Armor UHMWPE Backing Material: X-38 Tile dimensions - Length/Width Tolerance of +0.005�/-0.000"" Thickness Tolerance of +0.003""/-0.000"" Flat & parallel within 0.0015"" Backer lateral dimension � 7� X 7� Shipping and handling included. Government terms and conditions apply. The Government reserves the right to change the final CLIN structure based upon the quote/bid structure of the winning offeror. ����������������������� (vi) �Description of requirements: See Requirements Document attached. ����������������������� (vii) Delivery is required within three (3) months after contract award (ACA) for tentative CLIN 0001 to CLIN 0004 and within six (6) months ACA for tentative CLIN 0005 to CLIN 0008 ACA.� Delivery shall be made to the ARL-APG, Logistics Warehouse, Building 321, 6375 Johnson Road, APG, MD 21005.� Acceptance shall be performed at the ARL-APG, Logistics Warehouse, Building 321, 6375 Johnson Road, APG, MD 21005. The FOB point is Destination. ����������������������� (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:� NONE � Sole Source. ����������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations 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: FAR: 52.204-10 - REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUN 2020) 52.209-6 - PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.219-28 - POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.222-3 - CONVICT LABOR (JUN 2003) 52.222-19 - CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) 52.222-21 - PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 - EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUNE 2020) 52.222-35 � EQUAL OPPORTUNITY FOR VETERANS (JUN 2020) 52.222-36 - EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020) 52.222-37 � EMPLOYMENT REPORTS ON VETERANS (JUN 2020) 52.222-50 - COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.222-54 - EMPLOYMENT ELIGIBILITY VERIFICATION (MAY 2022) 52.225-8 DUTY-FREE ENTRY (OCT 2010) 52.223-18 - ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020) 52.225-13 - RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021) 52.232-33 - PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-36 - PAYMENT BY THIRD PARTY (MAY 2014) 52.247-64 - PREFERENCE FOR PRIVATELY OWNED U.S. - FLAG COMMERCIAL VESSELS (NOV 2021) COMMERCIAL ACQUISITION PROVISIONS & CLAUSES (DFARS): 252.203-7005 - REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7015 - DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.204-7016 - COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7017 - PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (MAY 2021) 252.204-7018 - PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) 252.204-7019 � NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (MAR 2022) 252.204-7020 - NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (MAR 2022) 252.223-7008 - PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7055 - REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.225-7056 - PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.232-7010 - LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 - SUBCONTRACTS FOR COMMERCIAL ITEMS (JAN 2021) 252.247-7023 - TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) The following additional contract requirement(s) or terms and conditions apply: FAR: 52.203-19 - PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.204-7 - SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13 - SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16 - COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-18 - COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19 - INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.232-40 - PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021) DFARS: 252.203-7000 - REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 � DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003 - CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7012 - SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019) 252.225-7048 - EXPORT-CONTROLLED ITEMS (JUNE 2013) 252.232-7003 - ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7017 - ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS�PROHIBITION ON FEES AND CONSIDERATION (APR 2020) ����������������������� (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR/DFARS FILL-IN CLAUSES: 52.204-24 - REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-26 - COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT�2020) 52.252-1 � SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 - CLAUSES INCORPORATED BY REFERENCE�(FEB 1998) 252.211-7003 - ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) 252.232-7006 - WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) ADELPHI LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM - APG DUTY-FREE ENTRY EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT INFO. OTHER THAN COST/PRICE ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS ����������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. ����������������������� (xv)� The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. Offerors must complete and sign Section 889 Compliance Check document included in the solicitation. ����������������������� (xvi)� Offers are due no later than (NLT) 12:00PM EASTERN STANDARD TIME (EST) on FIVE (5) BUSINESS DAYS AFTER POSTING via email to Acquisition Specialist Nicole Propst at nicole.l.propst.ctr@army.mil ����������������������� (xvii)� For information regarding this solicitation, please contact Acquisition Specialist Nicole Propst at 301-394-2031, nicole.l.propst.ctr@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/259fbf12e31448ccb6fafc28b8b069be/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN06498166-F 20221021/221019230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |