MODIFICATION
96 -- Steel Plates
- Notice Date
- 6/24/2010
- Notice Type
- Modification/Amendment
- 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
- W911QX10T0091
- Response Due
- 7/9/2010
- Archive Date
- 9/7/2010
- 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
- 1. Class Code: 96 2. NAICS Code: 331111 3. Subject: Steel Plates 4. Solicitation Number: W911QX-10-T-0091-0001. 5. Set-Aside Code: Small Business 6. Response Date: 09 July 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-0091-0001 This acquisition is issued as a 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: 20 ea. Steel Plates MIL-DTL 46177 Rev C 0.14in x48in x 96in b.CLIN0002: 25 ea. Steel Plates MIL-A-12560 Class 1 Rev H Amd 3, 0.5in x 96in x 144in c.CLIN0003: 10 ea. Steel Plates MIL-A-12560 Class 1 Rev H Amd 3, 0.625in x 96in x 144in d.CLIN0004: 10 ea. Steel Plates MIL-A-12560 Class 1 Rev H Amd 3, 0.75in x 96in x 144in e.CLIN0005: 30 ea. Steel Plates MIL-A-12560 Class 1 Rev H Amd 3, 1.0in x 96in x 144in f.CLIN0006: 10 ea. Steel Plates MIL-A-12560 Class 1 Rev H Amd 3, 1.5in x 96in x 144in g.CLIN0007: 3 ea. Steel Plates MIL-A-12560 Class 1 Rev H Amd 3, 4.0in x 96in x 144in h.CLIN0003: Shipping to APG of the above items Description of requirements: 20 ea. Steel Plates MIL-DTL 46177 Rev C 0.14in x48in x 96in 25 ea. Steel Plates MIL-A-12560 Class 1 Rev H Amd 3, 0.5in x 96in x 144in 10 ea. Steel Plates MIL-A-12560 Class 1 Rev H Amd 3, 0.625in x 96in x 144in 10 ea. Steel Plates MIL-A-12560 Class 1 Rev H Amd 3, 0.75in x 96in x 144in 30 ea. Steel Plates MIL-A-12560 Class 1 Rev H Amd 3, 1.0in x 96in x 144in 10 ea. Steel Plates MIL-A-12560 Class 1 Rev H Amd 3, 1.5in x 96in x 144in 3 ea. Steel Plates MIL-A-12560 Class 1 Rev H Amd 3, 4.0in x 96in x 144in Shipping delivery to APG of the above items 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 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. 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 09 July 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/487c9d50df1614dcede942abe693d1ee)
- Place of Performance
- Address: RDECOM Contracting Center - Adelphi (RDECOM-CC) ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Zip Code: 20783-1197
- Record
- SN02187298-W 20100626/100624235143-487c9d50df1614dcede942abe693d1ee (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 |