SOLICITATION NOTICE
16 -- PS Ball Core Hardness Study
- Notice Date
- 7/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-T-0012
- Response Due
- 7/20/2012
- Archive Date
- 9/18/2012
- Point of Contact
- Ann M. Calvin, (757) 878-5703
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(ann.m.calvin@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. 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 W911W6-12-T-0012 and is issued as a Request for Quote (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intend to award a firm fixed price contract award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The applicable North American Industry Classification Standard (NAICS) code is 336411. The small business size standard is 500 employees. AATD is soliciting for representative samples of armor material in current use by the Department of Defense, in order to investigate the effect of core hardness on ballistic performance. The samples are desired to have a single-hit ballistic limit V50 velocity of 1950 feet per second (100m remaining velocity) against a 7.62x39mm Type PS Ball at the lowest possible areal density using a non developmental material solution. The panels solicited shall be constructed in a single square geometry using DSM Dyneema HB-50 as the panel material. The panels shall be fabricated in a homogenous sample set that optimizes the areal density against the threat specified above. In order to minimize variability, it is required that the processing conditions be kept constant over the entire procurement. No coverings or coatings are required to be applied to the panels, and the panels are to have finished/cut edges suitable to prevent delamination or other damage to the laminate quality without affecting ballistic performance. The panels shall be individually marked in a clearly discernible manner denoting the material composition, target number, processing run number, material roll number, and areal density. A processing data sheet shall be included for each run of panels that includes a plot of temperature and press pressure as a function of time over the entire consolidation period, and number of plies pressed. The processing data sheet will be treated as proprietary data and will not be released. The provided samples shall have a square geometry for all panels with outer dimensions of 18 in2 The geometric tolerance for all finished panels shall be.1" from the specified dimensions. A total of 186 panels shall be delivered. Proposals shall clearly identify all costs to include materials, manufacturing, packaging and delivery. Estimated production schedule shall be stated with anticipated delivery date after contract award. An initial quantity of six (6) panels shall be delivered for acceptance testing that use the same production materials and processing parameters as the rest of the quantity. The proposal shall include shipping charges. Delivery of the evaluation material is expected to be no more than two months After Receipt of Order (ARO). Notice of acceptance or rejection shall be given within fifteen (15) days after receipt of initial six (6) panels, and full delivery shall be no later than six (6) months After Reciept of Order. Delivery, Inspection, Acceptance, and F.O.B Point are Destination. Destination is the Aviation Applied Technology Directorate, AATD Warehouse, Bldg 3519A, Mulberry Island Rd, Attn: Ryan Harris, Ft. Eustis, VA 23604-5577. The provision at FAR 52.212-1 Instructions to Offerors Commercial Items applies to this acquisition without addenda and is incorporated by reference. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items, Alternate I with their offer. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The following factors shall be used to evaluate offers: 1) Technically Acceptable; 2) Price; 3) Past Performance. For past performance, please submit three references for similar product lines, with contact names, contract numbers, phone numbers, and email addresses. Technical acceptability and past performance, when combined, are significantly more important when compared to price. Clauses incorporated by reference include; 52.203-3 Gratuities; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.247-34 F.O.B. Destination; 52.252-2 Clauses Incorporated by Reference; The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply: 52.222-50 Combating Trafficking in Persons; 52.203-6 Restrictions on Subcontract Sales to the Government, with Alternate I; 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; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses cited within DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.232-7010 Levies of Contract Payments; and 252.246-7000 Material Inspection and Receiving Report; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012; Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. Proposals are due on July 20, 2012, 12:00 PM EST and shall be submitted electronically via the SAFE site (https://safe.amrdec.army.mil/SAFE/) to ann.m.calvin.civ@mail.mil and elizabeth.a.jackson.civ@mail.mil. Emailed proposals will not be accepted. All inquiries regarding this procurement must be made in writing to: Aviation Applied Technology Directorate, Attn: CCAM-RDT (Ann M. Calvin), 401 Lee Blvd., Fort Eustis VA 23604-5577 or via email to ann.m.calvin.civ@mail.mil. Contracting Officer P.O.C. is Elizabeth A. Jackson, 757-878-2100 or elizabeth.a.jackson.civ@mail.mil Place of Performance: Address: Aviation Applied Technology Directorate ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, Virginia, 23604-5577
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/be61c30eb0a91004ed623421e4d3a762)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02800509-W 20120713/120712000642-be61c30eb0a91004ed623421e4d3a762 (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 |