Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2008 FBO #2260
MODIFICATION

95 -- Amendment 001 to solicitation for 3/8 inch 4' X 12' RHA Armor Steel per MIL-A-12560

Notice Date
2/1/2008
 
Notice Type
Modification
 
NAICS
331111 — Iron and Steel Mills
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-08-R-0162
 
Response Due
2/11/2008
 
Archive Date
4/11/2008
 
Point of Contact
Elizabeth Anderson, 309-782-1227
 
E-Mail Address
TACOM - Rock Island
(beth.m.anderson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This amendment 0001 to the previously published combined solicitation and synopsis is amended to increase the quantity requested. The quantity requested is 3,480 sheets with split deliveries to either Letterkenney Army depot, Watervliet Arsenal, and Rock Island Arsenal (actual split quantities TBD). Of this total quantity, 2,681 will be DX rated to suppot the MRAP program and 799 are DO rated, in accordance with the Defense Priorities Allocation system. The solicitation response date is extended to 11 February 2008. The original notice is also reprinted below, to make the text more readable from the previous version. Everything printed below is as stated, with the exception of the amendments stated previously. Solicitation W52H09-08-R-0162 is issued as a Request for Proposals (RFP), and the document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-20. This solicitation is being solicited through Full and Open competition for NAICS 331 111. The_following are the items being solicited: 539 Sheets 3/8 inch X 4 X 12 RHA Armor Steel per MIL-A-12560, Class 1, Blasted. Please also be aware that the restriction at DFARS 252.225-7030 will apply to this acquisition, which states that t he armor steel plate shall be rolled and melted in the United States or Canada. Any offer not in compliance with that clause will not be considered for award. The Defense Priorities and Allocation System (DPAS) rating for this solicitation is DO Rated. This solicitation will include a 200% option quantity to allow the Government to order up to and including an additional 200% of the basic quantity (539 sheets) up to 180 days after contract award. The option quantity can be exercised in partial q uantities or in its entirety. Availability of a longer option period can be proposed, however it will not be evaluated more favorably against other proposals. Contractors should propose their unit price for any option quantities with their proposal, and if no option unit price is proposed the Government reserves the right to utilize the lowest offered price from the basic quantity to evaluate the option quantity, and to utilize in any resulting contract as a binding unit price. This Armor Steel i s in support of the HMMWV Objective-Gunner Protection Kit (O-GPK). Delivery will be FOB Destination, with deliveries split between Rock Island Arsenal, Rock Island, IL and Watervliet Arsenal, Watervliet, NY. Requested deliveries to meet current needs wou ld ideally begin mid February 2008 to avoid disruption of production schedules. These are the highly desired delivery dates; however offerors are encouraged to submit their best possible delivery schedule for these quantities. Delivery capabiliti es will be evaluated as well as price for this acquisition. The Government reserves the right to make multiple awards as a result of this solicitation, if it is deemed to be in the Governments best interests to do so to meet production scheduling require ments of this urgent program. Offerors do not need to bid on the entire quantity to be eligible for award. The Government will evaluate all offers and reserves the right to make multiple or split awards, as stated, considering potential schedule impacts and material availability from industry. Evaluations will be made based upon a trade off analysis between price and delivery capabilities. Inspection and Acceptance will be at origin. The following actions will be required prior to shipment of any materials on a resulting contract: 1. the contractor shall submit by overnight delivery two 12 inch X 12 inch steel samples/coupons to Army Research Lab (ARL) located at Aberdeen Proving Grounds, Maryland for ballistic testing. The point of contact at AR L for ballistic testing is Doug Gessleman, telephone 410-278-2238, email armor.acceptance@atc.army.mil or doug.gessleman@us.army.mil Samples will be shi pped to: Commander US Army Aberdeen Test Center 400 Colleran Rd. Bldg. 358 ATTN: CSTE-DTC-AT-SL-V (D. Gessleman) Armor Acceptance-B690 Aberdeen Proving Ground, MD 21005-5059 The contractor shall contact Mr. Gessleman at ARL with confirmation of shipment, the method of shipment, and the estimated delivery date of the coupons to ARL. Proof of sample shipment shall be sent to the Contract Specialist, Beth Anderson by fax 309-782-1616 or email beth.m.anderson@us.army.mil ARL will test the coupons within 24 hours of receipt and provide certification. ARL will notify the Contract Specialist noted above by email with the results of the testing. Proof of the testing/certifications will be sent to Beth Anderson. The Co ntract Specialist will then notify the contractor, based upon the results of the coupon testing at ARL, that they may proceed with shipment. Proof of the certifications will be provided to the contractor in order for DCMA to inspect/accept the shipment. The contractor shall not ship the materials until approval of ballistic properties is confirmed by the Contract Specialist and provided to DCMA. The Government has the right to reject any shipment that does not meet our ballistic requirements. <B R>2. Mill certifications are required with each shipment. Packaging and shipping of the product should be accomplished using best commercial practices. When loading for transport, the contractor shall block every five to seven plates with three 4 X 4 inch blocks for safety during unloading. The Government requires that these items be sent by flatbed for reasons of safety and ease and efficiency in offloading. Items not shipped by flatbed will be rejected at receiving and may not be unloaded. Fai lure to comply with this requirement may possibly result in the Government assessing you additional offloading costs which may result in reduction of a resulting contract price. The following FAR provisions/clauses will apply to this acquisition:< BR>52.212-1 Instructions to Offeror Commercial,52.212-2 Evaluation Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items with th e following FAR clauses cited in the clause being applicable to this acquisition: 52.203-6, 52.219-8, 52.219-9, 52.219-16, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, 52.232-33. The following DFARS provisions and clauses will apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items with the following clauses cited in the clause being applicable to this acquisition: 52.203-3, 252.205-7000, 252.219-7003, 252.219-7004, 252.225-7001, 252.225-7012, 252.226-7001, 252.232-7003, 252.243-7002, 252.247-7023. Also applicable to this procurement are 252.212-7000 Offeror Representati ons and Certifications, 252.225-7000 Buy American Act Balance of Payments Program Certificate, 52.247-34,52.246-1, 52.246-2,52.246-15,52.204-7,52.211-15,52.243-1,52.249-8,252.232-7003,52.217-6. Wide Area Workflow will be required for electronic invo icing and payments for any contracts that result from this solicitation. Information for your registration in this system, and on its operations can be found at https://wawf.eb.mil/ All amendments to this combined solicitation/synopsis will b e issued electronically as modifications to the original combined solicitation/synopsis on ASFI and therefore it is incumbent upon any interested parties to periodically access ASFI to obtain any applicable amendments that may have been issued. Failure to obtain any amendments and to provide acknowledgement of all amendments with your final quote may render your proposal non-acceptable and may result in proposal rejection. All responses to this combined solicitation/synopsis are due by 1600 CST 6 February 2008 and should be submitted electronically to Beth Anderson, Contract Specialist, beth.m.anderson@us.army.mil Any questions should be direct to the cont ract specialist in writing at the email address listed or at 309-782-1227. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H09-08-R-0162/listing.html)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01498965-F 20080203/080201231258 (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.