Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2008 FBO #2364
SOLICITATION NOTICE

95 -- RHA Armor Steel per MIL-A-12560 in support of the Objective-Gunner Protection Kit (O-GPK) Add on Armor Kit

Notice Date
5/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331111 — Iron and Steel Mills
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army TACOM Life Cycle Management Command - Rock Island, TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-08-T-0398
 
Response Due
5/21/2008
 
Point of Contact
Elizabeth Anderson, 309-782-1227
 
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-0398 is issued as a Request for Quotes (RFQ), and the document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-25. This solicitation is being solicited through Full and Open competition for NAICS 331111. The following are the items being solicited: 2,095 Sheets 3/8 inch X 4 X 12 RHA Armor Steel per MIL-A-12560 PLEASE NOTE: The restriction at DFARS 252.225-7030 does apply to this acquisition, therefore only material that is melted and rolled in the United States or Canada can be offered to the Government for this procurement. Contractors must certify that their offer complies with this requirement by providing such a statement with their quote. This Armor Steel is in support of the High Mobility Multi-Wheeled Vehicle (HMMWV) Objective-Gunner Protection Kit (O-GPK) 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, Watervliet Arsenal, Watervliet, NY or Letterkenney Army Depot, Chambersburg, PA with requested delivery schedules as follows: Rock Island Arsenal: 420 each 3/8 inch X 4 X 12 1 October 2008, 420 each 3/8 inch X 4 X 12 15 October 2008 Watervliet Arsenal: 320 each 3/8 inch X 4 X 12 1 October 2008, 320 each 3/8 inch X 4 X 12 15 October 2008 Letterkenney Army Depot: 142 each 3/8 inch X 4 X 12 5 November 2008, 143 each 19 November 2008, 165 each 3 December 2008, 165 each 17 December 2008 These are the required delivery dates to support the Governments current HMMWV O-GPK 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 or where delivery does not fall within the requested months 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 for better deliveries. All quantities must have a firm and definitive delivery date or schedule in order to be considered for award. Inspection and Acceptance will be at origin by DCMA. Mill certifications are required with each shipment. The correct point of contact information for ballistic testing samples at the Army Test Center is Commander, US Army Aberdeen Test Center, 400 Colleran Rd., Building 358, ATTN: CSTE-DTC-AT-SL-V (D. Gessleman), Armor Acceptance-B690, Aberdeen Proving Ground, MD 21005-5059. Packaging and shipping should be accomplished using best commercial practices. When loading for transport, the contractor shall block and brace plates in a manner that provides maximum 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 comply 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: 52.219-8, 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/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 being applicable to this acquisition: 252.205-7000, 252.219-7003, 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 Certifications, 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 contract are: 52.204-7, 52.211-14, 52.211-15, 52.243-1, 52.246-1, 52.246-2, 52.246-15, 52.246-16, 52.247-34, 52.247-48, 52.217-6, 252.232-7010, 252.204-7003, 252.205-7000, 252.209-7004, 252.243-7001. 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 Federal Business Opportunities (FedBizOpps-FBO) website. It is therefore incumbent upon any interested parties to periodically access FBO 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 21 May 2008 and should be submitted electronically to Beth Anderson, Contract Specialist, beth.m.anderson@us.army.mil Any questions should be directed to the contract specialist in writing at the email address listed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=77a3fc0db6c06c0297c8a4d310dbe181&tab=core&_cview=1)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
 
Record
SN01574157-W 20080517/080515220902-77a3fc0db6c06c0297c8a4d310dbe181 (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.