Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOLICITATION NOTICE

95 -- Aluminum Armor Plate

Notice Date
7/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331315 — Aluminum Sheet, Plate, and Foil 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
W911QX09T0193
 
Response Due
8/8/2009
 
Archive Date
10/7/2009
 
Point of Contact
Bonita Zander, 410-278-5601<br />
 
E-Mail Address
RDECOM Acquisition Center - Adelphi
(bonita.zander@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-0193. This acquisition is issued as an Request for Quote. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34 effective 01 July 2009. (iv) This acquisition is set-aside for small business. The associated NAICS code is 331315 The small business size standard is 750. (v)The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): 000001 ALUMINUM ARMOR PLATE 1/4 inch x 48 inch x 144 inch - 6061 T651 Mil-DTL-32262 Aluminum Armor Plate 6 Each 000002 ALUMINUM ARMOR PLATE 1/2 inch x 48 inch x 144 inch - 6061 T651 Mil-DTL-32262 Aluminum Armor Plate 6 Each 000003 ALUMINUM ARMOR PLATE 5/8 inch x 48 inch x 144 inch - 6061 T651 Mil-DTL-32262 Aluminum Armor Plate 6 Each 000004 ALUMINUM ARMOR PLATE 3/4 inch x 48 inch x 144 inch - 6061 T651 Mil-DTL-32262 Aluminum Armor Plate 6 Each 000005 ALUMINUM ARMOR PLATE 1 inch x 48 inch x 144 inch - 6061 T651 Mil-DTL-32262 Aluminum Armor Plate 6 Each 000006 ALUMINUM ARMOR PLATE 1.5 inch x 48 inch x 144 inch - 6061 T651 Mil-DTL-32262 Aluminum Armor Plate 6 Each 000007 ALUMINUM ARMOR PLATE 2 inch x 48 inch x 144 inch - 6061 T651 Mil-DTL-32262 Aluminum Armor Plate 5 Each 000008 ALUMINUM ARMOR PLATE 2.25 inch x 48 inch x 144 inch - 6061 T651 Mil-DTL-32262 Aluminum Armor Plate 5 Each 000009 ALUMINUM ARMOR PLATE 1/4 inch x 48 inch x 144 inch 5083 H131 Mil-DTL-46027 Aluminum Armor Plate 12 Each 000010 ALUMINUM ARMOR PLATE 1/2 inch x 48 inch x 144 inch - 5083 H131 Mil-DTL-46027 Aluminum Armor Plate 4 Each 000011 ALUMINUM ARMOR PLATE 3/4 inch x 48 inch x 144 inch - 5083 H131 Mil-DTL-46027 Aluminum Armor Plate 4 Each 000012 ALUMINUM ARMOR PLATE 1 inch x 48 inch x 144 inch - 5083 H131 Mil-DTL-46027 Aluminum Armor Plate 3 Each 000013ALUMINUM ARMOR PLATE 1.5 inch x 48 inch x 144 inch - 5083 H131 Mil-DTL-46027 Aluminum Armor Plate 12 Each 000014ALUMINUM ARMOR PLATE 2 inch x 48 inch x 144 inch - 5083 H131 Mil-DTL-46027 Aluminum Armor Plate 5 Each 000015ALUMINUM ARMOR PLATE 2.25 inch x 48 inch x 144 inch - 5083 H131 Mil-DTL-46027 Aluminum Armor Plate 5 Each 000016 ALUMINUM ARMOR PLATE 1 inch x 48 inch x 96 inch - 7039 Mil-DTL-46063 Aluminum Armor Plate 8 Each (vi) Description of requirements: N/A (vii) Delivery is required by 6-weeks from date of award. Delivery shall be made to Army Research Laboratory, Welding Shop S.I., ATTN; Steven C. Boyer, APG, MD 21005. Acceptance shall be performed at ARL Welding Shop S.I. 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: 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 ofthe requirement. If the offer or proposes to modify a product so as to conform to the requirement of this solicitation, the offer or 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 2 records of sales from the previous 12 months. 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: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small business Concerns; 52.219-28 Post Award Small business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52-222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 252-203-3Gratuities; 252.225-7001 Buy American Act and Balance of Payments Program;252.232-7003 Electronic Submission of Payment Requests. Clauses and provisions are incorporated by reference and apply to this acquisition. Full text of the clauses and provisions can be obtained at http://farsite.hill.af.mil/ (xiii) The following additional contract requirement(s) or terms and conditions apply: RDECOM local provisions shall be incorporated into any resultant contract: 52.004-4009 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.016-4407 Type of Contract; 52.005-4401 Release of Information; 52.032-4418 Tax Exemption Certification. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None (xv) The following notes apply to this announcement: None (xvi) Offers are due on 08 August 2009, by 11:59 PM Eastern Standard Time, via e-mail to bonita.zander@arl.army.mil (xvii) For information regarding this solicitation, please contact Bonita Zander, via e-mail at bonita.zander@arl.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QX09T0193/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: CCRD-AD-AB, Building 434 Receiving APG MD<br />
Zip Code: 21005-5001<br />
 
Record
SN01892761-W 20090731/090730002605-280dd033f775acfeb93b5737664a6e73 (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.