Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2016 FBO #5244
SOLICITATION NOTICE

99 -- High Temperature Composites for 81mm Mortars

Notice Date
3/31/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325211 — Plastics Material and Resin Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-R-0104
 
Archive Date
5/14/2016
 
Point of Contact
Giuseppe Tropiano, Phone: 5182665094
 
E-Mail Address
giuseppe.tropiano.civ@mail.mil
(giuseppe.tropiano.civ@mail.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 Request for Proposal (RFP). This RFP constitutes the only solicitation. Proposals are being requested; a written solicitation will not be issued. RFP, W15QKN-16-R-0104, and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-61. This requirement has been set-aside for small business under NAICS code 325211 with a small business size standard of 500. The U.S. Army Contracting Command (ACC-NJ), Picatinny Arsenal, NJ intends to award one (1) firm-fixed-price (FFP) purchase order, on a competitive basis. The Contractor shall design and fabricate two composite tubes using high temperature (1000 F or higher) composite materials per Benet specifications in accordance with the following Statement of Work (SOW): STATEMENT OF WORK (SOW) High Temperature Composites for the 81mm Mortars 1.0 Introduction The Army is developing a new generation of 81mm mortars using high temperature, high strength, and low weight composite materials. The objective is to minimize the weight of the 81mm mortar to reduce the logistic burden of our soldiers. The Army has long desired lighter-weight mortar systems and has achieved some success in lightening the tube by switching from steel to Inconel. This provided a 10-15% weight savings over the legacy system. Composite materials, if used properly and designed properly, are capable of allowing a weight savings on the order of 50%, much greater than what can be achieved with Inconel. Types of composites that have been explored for mortar tubes include polymer matrix composites (PMC), ceramic matrix composites (CMC), carbon-carbon composites (C/C), and metal matrix composites (MMC). Currently, MMC is deemed likely to meet the high temperature service requirement. 2.0 Scope/Objective The contractor shall design and fabricate two composite tubes using high temperature (1000 F or higher) composite materials per Benet specifications. The contractor shall provide the continuous high strength and high stiffness fiber reinforcement and the high temperature matrix materials for the composite tubes. 3.0 Task Requirements The contractor shall perform the following Tasks to produce two 81mm barrel test sections: 3.1 Acquire high strength and high stiffness continuous fibers and high temperature matrix material. The type of matrix shall be high temperature materials such as aluminum, polymer, or ceramic matrix that can withstand temperature of 1000 F or higher. 3.2 Design and fabricate two 81mm high service temperature composite test sections per Benet drawing BL-50389 (See below for request for drawing instructions). The test sections are cylinders with an inner diameter of 3.204 inches, thickness of 0.127 inch and length of 44.9 inches as defined in BL-50389. The composite will be overwrapped onto a liner provided by Benet Laboratories. The liner thickness is on the order of 0.25 to 0.50 mm. The balance of the thickness will be the composite overwrap. 3.2.1 The winding pattern of the continuous fibers shall be designed to best withstand the internal pressure and bending stiffness. 3.2.2 The winding pattern will be agreed upon jointly between Benet Laboratories and the contractor. 3.2.3 The contractor shall avoid the creation of gap between the liner and the composite upon cooling or processing. 3.2.4 If aluminum matrix is used, the matrix must infuse completely through the high strength and high stiffness fiber wrap. 3.3 The contractor shall provide fixturing for the manufacturing process of 81mm composite tubes. 4.0 Government Furnished Property: The following government owned property shall be delivered to the contractor: 4.1 Benet Laboratories will provide three liners for the overwrapping of high temperature composite. The extra liner tube can be used as a trial tube. Liners will be delivered to the contractor one (1) week after award of contract. 5.0 Technical Support 5.1 Government will provide engineering support on the design pattern of filament winding in the high temperature composite. Prior to filament wind process, the selected fiber angles shall be discussed with Benet Technical Point of Contact prior to filament winding. 6.0 Reports/Deliverables 6.1 The contractor shall prepare and submit the following deliverables within sixteen (16) weeks after award of contract. 6.1.1 Two 81 mm composite test sections per specifications in paragraph 3.2 6.1.2 Certificate of conformance for the composite barrel sections. 7.0 Special Requirements 7.1 Accounting for Contract Service: 7.1.1 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [High Temperature Composites for the 81mm Mortars] via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ 7.1.2 Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk at: http://www.ecmra.mil/ 8.0 Period of Performance 8.1 The Period of Performance shall be executed over sixteen (16) weeks from the date of award. (END OF SOW) The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable: 52.000-4002 Level 1 Anti-Terrorist Awareness Training Requirements for Contractor Employees 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.211-4000 Commercial Package Requirements 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offerors Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions -- Commercial Items 52.215-4005 Electronic and Non-Electronic Proposal Submission Requirement 52.224-4001 Disclosure of Unit Price Information 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.232-4002 Payment 52.232-4004 Army Electronic Invoicing Instructions 52.245-1 Government Property 52.246-1 Offeror Inspection Requirements 52.246-2 Inspection of Supplies-Fixed Price 52.246-4000 Acceptance: Destination 52.246-4001 Government Procurement Quality Assurance Actions 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation 252.203-7999 Prohibition on Contacting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Export-Controlled Items 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation support Contractors 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2015 Appropriations 252.211-7007 Reporting of Government Furnished Property 252.243-7001 Pricing of Contract Modifications 252.245-7000 Government Furnished Mapping, Charting and Geodesy Property 252.245-7001 Tagging, Labeling and Marking of Government Furnished Property 252.245-7002 Reporting Loss of Government Property 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items The following additional FAR clauses under 52.212-5 are checked off for applicability: 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I 52.203-13 Contractor Code of Business Ethics and Conduct 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-29 Terms for Financing of Purchases of Commercial Items 52.232-33 Payments by Electronic Funds Transfer- Central Contract Registration 52.232-36 Payment by Third Party 52.246-17 Warranty of supplies of a Noncomplex Nature This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): FAR - http://farsite.hill.af.mil/vffara.htm Local Clauses - http://procnet.pica.army.mil/reference/Clauses/locals.htm 52.212-1 Addenda - PROPOSAL SUBMISSION This section contains proposal submission instructions as well as specific quote requirements for the solicitation. The offerors quote shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a quote in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in proposals. The burden of proving acceptability remains with the offerors. General: The proposal shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for proposal (RFP). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the proposal. All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. US Army Contracting Command-New Jersey ACC-NJ-ET, Giuseppe Tropiano Watervliet Arsenal, NY 12189 E- mail: giuseppe.tropiano.civ@mail.mil Basis for Award: The US Army ARDEC, Benet Laboratories intends to award a single firm fixed price contract, on a competitive basis, for the "High Temperature Composites for 81mm Mortars." The evaluation of proposals will be conducted utilizing the Best Value Trade-Off evaluation approach. Award will be made to the offeror whose overall proposal provides the best value to the government and meets all technical requirements as identified in the Statement of Work and Evaluation Criteria. Under this evaluation approach, a proposal would not receive any additional credit for exceeding the requirements of the evaluation plan. Areas to be Evaluated: Factor 1: Technical Approach Factor 2: Delivery Approach/Schedule Factor 3: Price The Offeror shall submit a price for all Contract Line Item Numbers (CLINs) in accordance with the Statement of Work (SOW). Proposed Structure for pricing purposes for Firm Fixed Price (FFP): 0001 Direct Labor $_______ 0002 Two (2) Barrel Sections $_______ 0003 Delivery $_______ The Government intends to evaluate proposals and award a contract without discussions. Only one proposal per contractor will be accepted. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. DRAWINGS FURNISHED UPON REQUEST. PLEASE EMAIL giuseppe.tropiano.civ@mail.mil requesting Benet drawing BL-50389. You will be required to fill out an NDA and additional forms. Please request the drawing No Later than 4:00PM Eastern Time on 21 April 2016. Company's representations and certifications MUST BE current and available via SAM.gov. Point of Contact: Giuseppe Tropiano; giuseppe.tropiano.civ@mail.mil Quotes must be received, via email, No Later than 4:00PM Eastern Time on 29 April 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2882bfa8bb724b2d9a6df2196ead09dd)
 
Record
SN04069132-W 20160402/160331235232-2882bfa8bb724b2d9a6df2196ead09dd (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.