|
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1996 PSA#1638Commander, Naval Air Warfare Center Weapons Division, Code 210000D, 1
Administration Circle, China Lake, CA 93555-6001 13 -- CL-20 EXPLOSIVE POWDER SOL N68936-96-R-0276 DUE 080796 POC Tami
Barker, Contract Specialist, 619-939-7236 or Doreen Paul, Contracting
Officer, 619-939-9665. 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.
Solicitation N68936-96-R-0276 is being issued as a Request for Proposal
(RFP) with a SIC Code of 2892. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-37 and DAC 91-10. The Naval Air Warfare Center
Weapons Division (NAWCWPNS) intends to procure on a full and open
competition basis 600 pounds of CL-20 Explosive Powder (CL-20): CLIN
0001, 60 micron size CL-20, 200 lbs; CLIN 0002, 170 micron size CL-20,
400 lbs; CLIN 0003, Technical Report. The following characteristics
are required: 1) Chemical purity-98% pure CL-20, the total amount of
2-oxa CL-20, 2, 12 dioxa-CL-20 or 4-formyl-CL-20 should not exceed 2%,
no nitric acid residue will be acceptable in the final product; 2)
Polymorph form-98 +or- 1% Epsilon form polymorph is required; 3)
Crystal quality-CL-20 should have high crystal quality; 4) Particle
size-two different particle sizes of CL-20 are required, 60 micron and
170 micron. The 60 micron size CL-20 (CLIN 0001, a total of 200 lbs)
should have an average particle size around 60 +or- 10 micron and less
than 1% smaller than 3 micron and less than 1% larger than 100 micron.
The 170 micron size CL-20 (CLIN 0002, a total of 400 lbs) should have
an average particle size around 170 +or- 30 micron and less than 1%
smaller than 50 micron and less than 1% larger 400 micron. The CL-20
shall be packaged wet with not less than 50% distilled water. Packaging
and shipping of the CL-20 shall strictly follow the approved guidelines
described in the Interim Hazard Classifications for CL-20 granted by
Naval Surface Warfare Center, Indian Head, Maryland. Documentation in
the form of technical reports shall be delivered every two months. The
reports shall include all the manufacturing information of CL-20 such
as chemical synthesis reactions, reaction conditions, method of
recrystallization and size modification (grinding or sieving). The
report format shall include project status, production schedule,
progress for reporting period, technical issues, action items and
subcontractor's status. The CL-20 shall be delivered in accordance with
the delivery schedule: deliver to NAWCWPNS, China Lake, California
93555; two separate deliveries will be made during the contracting
period, 3 months and 6 months after award of contract. FOB Destination.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial
Items, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial
Items, is applicable. The specific evaluation criteria included in
paragraph (a) of 52.212-2 are price and past performance. Offerors are
required to include a completed copy of the provisions at FAR clause
52.212-3 and DFARS 252.212-7000, Offeror Representations and
Certifications-Commercial Items, with their offer. FAR clause 52.212-4,
Contract Terms and Conditions- Commercial Items, is applicable. FAR
clause 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items, applies to this
acquisition, and the Contracting Officer has incorporated the
additional following FAR clauses cited in 52.212-5 by reference:
52.203-6, 52.203-10, 52.219-8, 52.222-26, 52.222-35, 52.222-36,
52.222-37,and 52.225-3. The provision at DFARS 252.212-7001, Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, is applicable
and the following clauses are incorporated by reference: 252.225-7001,
252.225-7012, and 252.233-7000. The provisions at DFARS 252.225-7000,
Buy American Act--Balance of Payments Program Certificate, and DFARS
252.225-7003, Information for Duty-Free Entry Evaluation, are
applicable. Anticipated award date is 30 Sep 96. Offers are due 07
August 96. All responsible sources may submit an offer which will be
considered. Send information to the POC listed above. (0197) Loren Data Corp. http://www.ld.com (SYN# 0324 19960716\13-0001.SOL)
13 - Ammunition and Explosives Index Page
|
|