SOURCES SOUGHT
K -- Metal Finishing BPAs
- Notice Date
- 12/8/2011
- Notice Type
- Sources Sought
- NAICS
- 332812
— Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
- Contracting Office
- ACC-APG SCRT - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W91A2K-1276-2006
- Response Due
- 12/14/2011
- Archive Date
- 2/12/2012
- Point of Contact
- Steven Streeter, 508-233-6180
- E-Mail Address
-
ACC-APG SCRT - Natick (SPS)
(steve.streeter@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Introduction: Sources Sought - the U.S. Army RDECOM Contracting Center, Natick Contracting Division, on behalf of the Shelters Technology, Engineering & Fabrication Directorate (STEFD), intends to enter to award multiple blanket purchase agreements for Metal Finishing. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION DOCUMENTS ARE AVAILABLE. Metal Finishing Blanket Purchase Agreement (BPA) Statement of Work Background: The work covered in this statement of work is through a relationship established with a BPA for purchases below the BPA threshold. The DEFT Fabrication Shop has established a number of BPAs for metal finishing on components and shelters to allow for rapid response to strategic partners. BPAs allow quick access to services and supplies not available in-house that are necessary to complete prototypes and small production runs. BPAs are initially awarded to multiple companies for performance of the same type of work, allowing the Fabrication Cell to choose between pre-approved contractors based on price, experience, and their availability to perform the required work within the required time period. The work performed under this BPA provides the surface finishing required for metal parts fabricated by the Shelters Technology Engineering & Fabrication Directorate/Design Engineering & Fabrication Team (DEFT). The work includes cleaning and preparation of the surface prior to applying the surface treatment. Surfaces will be treated per parts drawings and specifications required for the individual jobs. Surface finishing includes Chemical Agent Resistant Coating (CARC), painting, powder coating, anodizing, polishing, chemical films, and passivating. Work will be performed at the vendor location. 2. Requirements: This contract is for the cleaning, preparation, priming, finishing and inspection of the shelter and component surfaces by a commercial vendor per requirements outlined in each purchase request. a.General Requirements. Clean, prepare, prime, and finish surfaces of all components. Inspect work and document inspection upon completion. b. Specific Requirements: The contractor shall: (1) Preparation of item surfaces (2) Painting (3) Powder Coating (4) Anodizing (5) Polishing (6) Chemical Films (7) Passivating (8) CARC 3. Period of Performance: BPAs are awarded for a 3 year period of performance; each action under the BPA will be awarded individually by Natick Contracting Division. 4. Travel: Travel is not anticipated under this contract. 5. Security: A security clearance is not required for this work. 6. Personnel Qualifications: It is essential the contractor have an understanding of CARC painting, surface preparation, cleaning and priming of military equipment. No daily rate involved, firm fixed price applies. a. General Experience. The contractor shall have expertise in finishing requirements as outlined in each purchase request. b. Specialized Experience: The contractor shall have demonstrated experience and understanding of finishing of military tactical equipment. 7. Government Furnished Equipment/Information/Computer Utilization: The Government shall provide the components for finishing as outlined in each purchase request under the BPA. 8. Other Direct Costs (ODCs): None 9. Deliverables: The contractor will provide the deliverables described below in accordance with the Contract Data Requirements List (CDRL) DD Form 1423. a. Documentation supporting purchase of materials from QPLD source. b.Finished surfaces completed per requirements contained in each purchase request. c.Copies of inspections reports per purchase request. 10. Place of Performance: The primary place of performance for this work will be the contractor's facility. 11. Contract Management/Activity Report: The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel used in performance of this contract. The Contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective research or scientific services performed in accordance with the requirements contained in the statement of work. A monthly status report will not be provided to the Government. 12. Invoicing: The Contractor shall bill upon delivery of completed items. 13. These agreements are intended to be set-aside for small business. Interested parties may identify their interest and capability to respond to this requirement to the U.S. Army RDECOM Contracting Center, Natick Contracting Division via e-mail to: steve.streeter@us.army.mil no later than noon on December 14, 2011. Contracting Office Address: RDECOM Contracting Center - Natick CCRD-NA-SU, Natick Contracting Division Kansas Street, Building 1 Natick, MA 01760-5011 Point of Contact: Steven Streeter, Contract Specialist (508) 233-6180 steve.streeter@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5746026d9d46c47aea3414743041c463)
- Place of Performance
- Address: ACC-APG SCRT - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN02636007-W 20111210/111208234419-5746026d9d46c47aea3414743041c463 (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 |