Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2009 FBO #2670
SOLICITATION NOTICE

B -- TEST COMPOSITE PANELS

Notice Date
3/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX09T0095
 
Response Due
3/31/2009
 
Archive Date
5/30/2009
 
Point of Contact
Barbara DeSchepper, 410-278-5425<br />
 
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. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): {insert CLIN No(s)., DESCRIPTION(s); QTY(s); and UNIT(s).} CLIN 0001 TESTING COMPOSITE PANELS IN ACCORDANCE WITH THE STATEMENT OF WORK ATTACHED (vi) Description of requirements: STATEMENT OF WORK C.1 Background: The Army Research Laboratory (ARL) is the Army's corporate basic and applied research laboratory. The ARL Weapons and Materials Research Directorate (WMRD) is a national scientific and engineering resource in weapons, protection, and materials technologies. Throughout the Directorate, research and technology development is pursued to enhance the operational capability of America's ground forces. C.2 Objective: The Contractor shall provide all personnel, equipment and materials necessary for the testing of Government provided panels for ARL, WMRD located at Aberdeen Proving Ground Maryland. WMRD anticipates 90 days from receipt of composite panels at test lab to completion of testing. C.3 Requirements: Testing Composite Panels: C.3.1 The Contractor shall accept 2 ft x 4 ft x 0.20 composite panels from ARLwithin two weeks of contract award. ARL will furnish the contractor with four (4) fiber reinforced composite variants within two weeks of contract award. The Contractor shall machine, condition, and test specimens from the ARL supplied panels in accordance with the ASTM specifications/standards below. The Contractor shall also test ten (10) specimens per composite per test condition per ASTM standard. (i.e. 40 samples per ASTM standard) C.3.2 ASTM STANDARDS: C.3.2.1. - Contractor shall perform tests according to ASTM standards listed below. These ASTM tests will be performed at: C.3.2.2 ambient conditions C.3.2.3 - hot (210 F) conditions C.3.2.4. - hot wet (210 F, saturated) conditions C.3.2.5 - cold (-50 F) conditions "ASTM D3039 - Standard Test Method for Tensile Properties of Polymer Matrix Composite Materials "ASTM D7264 - Standard Test Method for Flexural Properties of Polymer Matrix Composite Materials "ASTM D2344 - Standard Test Method for Short-Beam Strength of Polymer Matrix Composite Materials and Their Laminates "ASTM D6671 - Standard Test Method for Mixed Mode I-Mode II Interlaminar Fracture Toughness of Unidirectional Fiber Reinforced Polymer Matrix Composites "ASTM D695 - Standard Test Method for Compressive Properties of Rigid Plastics "ASTM D3518 - Standard Test Method for In-Plane Shear Response of Polymer Matrix Composite Materials by Tensile Test of a 45 Laminate "ASTM D7136 - Standard Test Method for Measuring the Damage Resistance of a Fiber-Reinforced Polymer Matrix Composite to a Drop-Weight Impact Even "ASTM D7137 - Standard Test Method for Compressive Residual Strength Properties of Damaged Polymer Matrix Composite Plates "ASTM D5766 - Standard Test Method for Open-Hole Tensile Strength of Polymer Matrix Composite Laminates "ASTM D6484 - 04 Standard Test Method for Open-Hole Compressive Strength of Polymer Matrix Composite Laminates "ASTM D5529 Specimen conditioning (160 F, 85% RH, ~30 days) C.4 DELIVERABLES C.4.1 Contractor shall provide a final report (electronic Microsoft Word and hard copy) that describes the test procedures and results to include representative digital JPG photographs of each test. The Contractor shall return broken specimens to the Army Research Laboratory (ARL), sorted by test / material in plastic bags two weeks upon completion of all testing. C.5. Administration - CONTRACTOR MANPOWER REPORTING C.5.1 Contractor Manpower Reporting. The contractor shall perform manpower reporting as follows: C.5.1.1 The contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://contractormanpower.army.pentagon.mil. The contractor shall include the following: (a) Contracting Office, Contracting Officer, Contracting Officers Technical Representative (b) Contract number, including task and delivery order number (c) Beginning and ending dates covered by reporting period (d) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data (e) Estimated direct labor hours (including subcontractors) (f) Estimated direct labor hours paid this reporting period (including subcontractors) (g) Total payments (including subcontractors) (h) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC fore each sub-contractor if different) (i) Estimated data collection cost (j) Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (The Army requiring activity is responsible for provided the contractor with its UIC for the purposes of reporting this information.) (k) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on the website (l) Presence of deployment or contingency contract language (m) Number of contractor and subcontractor employees deployed in theater this reporting period (by country) C.5.1.2 The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 3 October of each calendar year. C.5.1.3 The contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries fore each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. (vii) Delivery is required one year upon receipt of award. Acceptance shall be performed at the same location. The FOB point is DEST. (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: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include most recent (all relevant to composite specimens) records of sales. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, 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 DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.222-50, Combating Trafficking in Persons (Aug 2007), 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005), 252.232-7003, Electronic Submission of Payment Requests (Mar 2007) (xiii) The following additional contract requirement(s) or terms and conditions apply: N/A. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 03/31/2009, by 11:59 PM EST via email to barbara.deschepper@arl.army.mil. (xvii) For information regarding this solicitation, please contact Barbara DeSchepper via e-mail at barbara.deschepper@arl.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=064f2e8cc37d62647a88ea1fa60da1f2&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi Acquisition Center, Adelphi Contracting Division/APG Satellite Aberdeen Prov Grd MD<br />
Zip Code: 21005<br />
 
Record
SN01771373-W 20090319/090317220918-064f2e8cc37d62647a88ea1fa60da1f2 (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.