SOLICITATION NOTICE
95 -- 1/2 inch X 4' X 8' RHA MIL-A-12560 Class 1 Blasted Armored Steel in support of Armored Security Vehicle Frag Kit 3 Add on Armor Kit
- Notice Date
- 3/11/2008
- Notice Type
- Solicitation Notice
- 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-T-0266
- Response Due
- 3/20/2008
- Archive Date
- 5/19/2008
- Point of Contact
- Elizabeth Anderson, 309-782-1227
- E-Mail Address
-
Email your questions to TACOM - Rock Island
(beth.m.anderson@us.army.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. Solicitation W52H09-08-T-0266 is issued as a Request for Quotes (RFQ), and the document and incorporated provisions and clauses are those in effect through Federal Acquisition Cir cular (FAC) 05-24. This solicitation is being solicited through Full and Open competition for NAICS 331111. The following are the items being solicited: 370 Sheets 1/2 X 4 X 8 RHA Armor Steel per MIL-A-12560. This Armor Steel is in support of the Armored Security Vehicle (ASV) Frag Kit 3 (FK3) Add on Armor Program. This procurement will carry a Defense Priority Allocations System rating of DO. Delivery will be FOB Destination, to Rock Island Arsenal, Rock Island, IL with requested deliver y schedules as follows: 185 each 4/4/2008, 185 each 4/18/08 These are the required delivery dates to support the Governments current FK3 production plan requirements; however offerors should submit their best possible delivery schedule for these quantities if it differs from the requirement above. If no offer is received that complies with the delivery schedule above, actual delivery capabilities will be evaluated as well as price for this acquisition, and the Government reserves the right to possibly make multiple or split awards to meet the urgent schedules set forth above, possibly paying premiums to better deliveries. All quantities must have a firm and definitive delivery date or schedule in order to be considered for award. I nspection and Acceptance will be at origin and the following actions will be required prior to shipment of any materials on a resulting contract (unless the material has already been tested and the mill certifications can be provided regarding the ballisti c testing): 1. The contractor shall submit by overnight delivery two steel samples/coupons, at the size specified in the MIL spec to Army Research Lab (ARL) located at Aberdeen Proving Grounds, Maryland for ballistic testing. The point of contact at ARL f or ballistic testing is Doug Gessleman, telephone 410-278-2238, email armor.acceptance@atc.army.mil or doug.gessleman@us.army.mil Samples will be shipped 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 coupo ns to ARL. ARL will test the coupons within 24 hours of receipt and provide certification. ARL will notify the contractor with the results of the testing. 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 and provided to DCMA. The Government has the right to reject any shipment that does not meet our ballistic requirements. 2. Mill certifications are required with each shipment. Packaging and shipping should be accomplished using best commercial practices. When loading for transport, the contractor shall block every five to seven plates with three 4 inch X 4 inch blocks for safety during unloading. The Government requires that these items be sent by flatbed for reasons of safety and efficiency in offloading. Items not shipped by flatbed will be rejected at receiving and may not be unloaded. Failure to compl y with this requirement may possibly result in the Government assessing you additional offloading costs which may result in the reduction of your contract price . The following FAR provisions/clauses will apply to this acquisition: 52.212-1 Instructions to OfferorsCommercial, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive OrdersCommercial Items with the following FAR clauses cited in the clause being applicable to this acquisition: 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 followin g DFARS provisions/clauses will apply to this acquisition: 252.212-7001Contract 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 be ing applicable to this acquisition: 252.205-7000, 252.225-7001, 252.226-7001, 252.232-7003, 252.247-7023. Certifications/Representations that need to be filled out and returned with your quote are included at 52.212-3 Offeror Representations and C ertifications, 252.225-7000 Buy American ActBalance of Payments Program Certificate, and 252.247-7022 Representation of Extent of Transportation by Sea. Miscellaneous FAR/DFARS provisions that also apply to this solicitation and a resulting contrac t are: 52.211-14, 52.247-34, 52.247-48, 52.246-1, 52.246-2, 52.246-15, 52.246-16, 52.204-7, 52.211-15, 52.243-1, 52.249-8, 252.232-7001, 52.217-6, 252.232-7010, 252.243-7001, 252.204-7003, 252.205-7000, 252.209-7004, 252.243-7001. Please also be a ware that the restriction at DFARS 252.225-7030 will NOT apply to this acquisition, as the provision has been waived for this program, therefore contractors may propose material that is melted and rolled in other than just the United States or Canada. Th e Buy American Act does still apply. Wide Area Workflow (WAWF) will be required for use on any resulting contract associated with this solicitation. Contractors will be required to invoice through WAWF and DCMA will use this system to accept the materials for shipment purposes. For information on registration, please go to https://wawf.eb.mil/ All amendments to this combined solicitation/synopsis will be issued electronically, and will be identified as Modifications to Previous Notice at the Army Single Face to Industry (ASFI) website. It is therefore incumbent upon any interested parties to periodically access ASFI to obtain any applicable amendments which may have been issued. Contractors must provide acknowledgement of all amendments with their quote. All responses to this combined solicitation/synopsis are due by 1600 CST 20 March 2008 and should be submitted electronically to Beth Anderson, Contract Specialist, beth.m.anderson@us.army.mil Any questions should be direct to the contract specialist in writing at the email address listed.
- Place of Performance
- Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Country: US
- Zip Code: 61299-7630
- Record
- SN01529662-W 20080313/080311224721 (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 |