Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOLICITATION NOTICE

96 -- Steel Plates

Notice Date
5/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331111 — Iron and Steel Mills
 
Contracting Office
RDECOM Contracting Center - Adelphi (RDECOM-CC), ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX10T0085
 
Response Due
6/13/2010
 
Archive Date
8/12/2010
 
Point of Contact
James O'Keefe, 301-394-2135
 
E-Mail Address
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(james.okeefe2@us.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. DRAFT SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 96 2. NAICS Code: 331111 3. Subject: Steel Plates 4. Solicitation Number: W911QX-10-T-0085. 5. Set-Aside Code: SBSA 6. Response Date: 13 June 2010 7. Place of Performance: US Army Research, Development & Engineering Command Contracting Center, Adelphi Contracting Division 8. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is W911QX-10-T-0085 This acquisition is issued as an request for quotation. This acquisition is set-aside for Small Businesses The associated NAICS code is 331111. The small business size standard is 1,000 employees The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): a.CLIN0001: 30 ea. Steel Plates MILA-12560 Class 1 Rev H, 0.5in x 96in x 144in b.CLIN0002: 60 ea. Steel Plates MILA-12560 Class 1 Rev H, 1.0in x 96in x 144in c.CLIN0003: Shipping to APG of the above items Description of requirements: 30 Steel Plates - MILA-12560 Class 1 Rev H, 0.5in x 96in x 144in 60 Steel Plates - MILA-12560 Class 1 Rev H, 1.0in x 96in x 144in Shipping transportation of the above items to Aberdeen Proving Ground Delivery is required six weeks after award. Delivery shall be made to Aberdeen Proving Grounds. Acceptance shall be performed at Aberdeen Proving Grounds. The FOB point is Destination. 9.The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. 10.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 two records of sales from the previous 36 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. 11.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. 12.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. 13.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, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.232-33,52.203-3, 252.203-7000, 252.225-7001, 252.232-7003, 252.247-7023, and Alternate III of 252.247-7023. Clauses and provisions can be obtained at http://farsite.hill.af.mil/ 14.The following additional contract requirement(s) or terms and conditions apply: ARL Provisions 52.004-4408, 52.005-4401, 52.032-4431, 52.032-4418, 52.037-4400, 52.037-4402, 52.037-4403, 52.011-4401 ALT I, AMC Level Protest Program (Oct 1996) and US Army RDECOMAC Adelphi Contracting Division Website. Provisions can be obtained by http://w3.arl.army.mil/contracts. 15.Offers are due on 13 June 2010, by 11:59pm, via email to James OKeefe at james.okeefe2@us.army.mil. For information regarding this solicitation, please contact James OKeefe at 301-394-2135 or james.okeefe2@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f594dac327a282a9eb3057e269c54962)
 
Place of Performance
Address: RDECOM Contracting Center - Aberdeen Proving Ground(RDECOM-CC) ATTN: Shipping and Receiving BLDG 434 Aberdeen MD
Zip Code: 21005-5001
 
Record
SN02160728-W 20100528/100526234949-f594dac327a282a9eb3057e269c54962 (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.