Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SPECIAL NOTICE

93 -- The Aviation Applied Technology Directorate (AATD) Contracting Division, Army Contracting Command, intends to purchase a unique ballistic material for testing, evaluation, and development called Turning Block on a sole-source basis.

Notice Date
9/1/2015
 
Notice Type
Special Notice
 
NAICS
326130 — Laminated Plastics Plate, Sheet (except Packaging), and Shape 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
W911W615P0027
 
Archive Date
8/31/2016
 
Point of Contact
Robert Waible, 757-878-2062
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(robert.c.waible.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Aviation Applied Technology Directorate (AATD) Contracting Division, Army Contracting Command, intends to award on a sole-source basis in accordance with FAR referenced above and FAR Part 13.106-1 b)(i), Soliciting from a Single Source, utilizing FAR Part 6.302-1 (a)(2)(i)(A), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, with Hardwire LLC, 1947 Clarke Ave, Pocomoke City, Maryland 21851. The solicitation number is W911W6-15-P-0027 and is not issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. The associated NAICS code is 326130 and the small business size standard is 500. This is not a set-aside requirement. The proposed contract action will be a commercial item purchase order per FAR Part 13, Simplified Acquisition Procedures, for procurement of patented ultra-high molecular polyethylene materials solely used by AATD for Research and Development (R&D) for ballistics testing, evaluation, development. A contract will be issued on a firm-fixed price (FFP) basis. This requirement is to purchase a unique ballistic material for testing, evaluation, and development called Turning Block. The required material is unique to the vendor Hardwire LLC. They hold a U.S. patent on the material design and have not licensed it to anyone. The unique attribute of this material system is its ability to induce a rotation to the projectile upon exiting the rear of the laminate. Hardwire LLC, is the original equipment manufacturer of this material and is the only source that can meet the specified requirements. Hardwire LLC will deliver the product at the specifications and quantities required for research and development testing by AATD. Delivery, Inspection, Acceptance, FOB Point, and Place of Performance (Shipping Address): AMRDEC ADD-AATD; ATTN: Marc Portanova, Ph.D., Team Leader, US Army Engineering Testing, 409 Lee Blvd, Ft Eustis, VA 23604-5577 The provision at FAR 52.212-1, Instructions to Offerors- Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Clauses incorporated by reference include FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.232-1, Payments; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.243-1, Changes--Fixed Price; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.247-7023, Transportation of Supplies by Sea Alternate Ill; and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.233-3, Protest after Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses or provisions are accessible electronically at http://farsite.hill.af.mil. This notice of intent to award is not a request for competitive quotes/proposals. No request for quotes/proposals will be posted. Interested sources may identify interest and their capability to respond to the requirement. The Government will review and consider all capability statements received within the closing date set in this notice. The Government retains the sole discretion on the decision whether or not to conduct this requirement competitively based upon information received in response to this notice. Information received will be considered solely to determine if a competitive procurement is required. Companies submitting such capability statements shall reference the above solicitation/contract number in all correspondence with the Government. Specifications, plans, or drawings relating to this procurement described are not available and will not be furnished. The successful offeror must submit their invoices through the Wide Area WorkFlow (WAWF) at http://wawf.eb.mil. All prospective offerors must also be actively registered in the System for Award Management (SAM) Web site www.sam.gov prior to award. Capability statements are due not later than 4 September 2015 at 2pm Eastern Standard Time. Submit all inquiries regarding this procurement to Thomas Helms, Army Contracting Command, CCAM-RDT, 401 Lee Boulevard, Fort Eustis, Virginia 23604-5577 by e-mail at Thomas.m.helms6.civ@mail.mil. Point of contact is Thomas Helms at (757) 878-2909.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/46800c9513969a5ed51d9e32741d8cf3)
 
Record
SN03866342-W 20150903/150902000256-46800c9513969a5ed51d9e32741d8cf3 (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.