Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2009 FBO #2748
SOLICITATION NOTICE

99 -- BLAST CHAMBER DOOR REPAIR

Notice Date
6/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332912 — Fluid Power Valve and Hose Fitting Manufacturing
 
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
W911QX09T0146
 
Response Due
6/19/2009
 
Archive Date
8/18/2009
 
Point of Contact
Catherine K. McKenna, 410-278-6517<br />
 
E-Mail Address
RDECOM Acquisition Center - Adelphi
(cayti.mckenna@arl.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. (ii) The solicitation number is W911QX-09-T-0146. This acquisition is issued as an request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. (iv) This acquisition is set-aside for small business. The associated NAICS code is 332912. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: DESCRIPTION: BLAST CHAMBER DOOR REPAIR, EXTENDED DESCRIPTION: REMOVAL OF EXISTING BLAST CHAMBER DOORS EXISTING POWER UNIT AND REPLACE WITH 2 SEPARATE POWER UNITS IN BUILDING 1186 GUN ROOM. (vi) Description of requirements: Statement of Work Replacement of Hydraulic Power Unit for B1186 Explosive Blast Chamber Doors (2) The Contractor shall: Remove and replace existing explosive blast chamber doors hydraulic power unit with two installed hydraulic power units. Each unit shall power an explosive blast door. Units shall have the ability to operate both explosive blast doors if one unit fails. Recondition or replace existing parts on explosive blast doors that are associated with the opening and closing of above doors. Furnish and install a new explosive proof electrical control unit. Ensure that the control points in B1186 Gun Room and B1186 continue to operate system (doors, exhaust and lock-out) as is already established. Drain hydraulic fluid, disconnect electrical and hydraulic lines, and remove existing power unit. Enlarge concrete pad to provide accommodation for the two new units. Inspect and repair or replace hydraulic cylinders and lock pins for each explosive blast door (2 each). Furnish and install and connect two new hydraulic power units in B1186 Gun Room. Furnish and install new hydraulic lines and fittings for units and cylinders for both explosive blast doors. The Contractor shall ensure that the hydraulic lines are protected from hot explosive gases when opened for evacuation of blast chamber during firing. Furnish and install electrical conduit and replace wiring in order to render the system fully operational Replace and install explosion proof electrical control panel with intrinsic isolation relays. Furnish, install and connect new push buttons and switches for control points. Replace existing limit switches. Reinstall and reconnect hydraulic cylinders on each explosive blast door. Perform system startup and check for proper operation of all components to include proper operation of blast doors from control points in B1186 Gun Room and B1186; exhaust fan operation which is controlled by opening and closing each blast door; along with the lock-out system for each blast door that is established. Ensure that the installation is free of leaks. (vii) Delivery is required by ASAP. Delivery shall be made to Building 1186 Gun Room Acceptance shall be performed at the same location. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: A Site Visit will be held on 6/11/2009 and will begin promptly at 0930. Interested parties must arrive to building 328 for badging by 0915 in order to begin the site visit on time. While attendance is not mandatory in order to submit a proposal, it is very strongly recommended. Only one site visit will be offered. Interested parties should contact Ms. Cayti McKenna by 0930 on 6/8/2009 via email cayti.mckenna@arl.army.mil to register for the site visit and for further instructions. Please provide the company name and full name of all individuals who will be in attendance. Please be advised that all attendees must be US Citizens or have green cards (Immigration and Naturalization Service Card, Citizenship Applied for) to attend the site visit. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. EVALUATION--COMMERCIAL ITEMS (JAN 1999) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria in descending order of importance to be included in paragraph (a) of that provision are as follows: 1. Compliance with the salient characteristics (technical acceptability) listed in specifications provided. 2. Past Performance What similar activities has the company been successful at in the past? Please provide corporate performance history to show the proven ability to meet these requirements without interruption. Offeror must provide at least one reference of previous sales of the same or similar product offered made during the past five years. Provide a point of contact and a telephone number, and 3. Price. Technical acceptability and past performance, when combined, are significantly more important than price. CAUTION TO OFFERORS: The purchasing activity is not responsible for locating or securing any supporting information. Accordingly, to ensure that sufficient information is available, the offeror must furnish as part of its proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity (i) to determine whether the product offered meets the specifications of the Request for Quotation; (ii) to establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award, and (iii) to evaluate the proposal in accordance with the evaluation criteria. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity (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: 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-14, Limitations on Subcontracting (Dec 1996), 52.222-3, Convict Labor (June 2003), 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003), 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005), 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007), 252.232-7003, Electronic Submission of Payment Requests (MAR 2007), 252.247-7023, Transportation of Supplies by Sea (MAY 2002). (xiii) The following additional contract requirement(s) or terms and conditions apply: NONE (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 6/19/2009 by 11:59 PM via email to cayti.mckenna@arl.army.mil. (xvii) For information regarding this solicitation, please contact Cayti McKenna at 410-278-6517 or via email to cayti.mckenna@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QX09T0146/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi CCRD-AD-AB BLDG 434 ABERDEEN PROVING GROUND APG MD<br />
Zip Code: 21005-5001<br />
 
Record
SN01835529-W 20090605/090604000144-da24ae65e24d882358dde57376cb35ea (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.