Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2016 FBO #5461
SOLICITATION NOTICE

95 -- Twenty-five (25) pieces of raw material (for coupon fabrication) in support of the T55-GA-714A Compressor Blade Erosion coating testing.

Notice Date
11/3/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W911W6) (AATD) (SPS), LEE BLVD BLDG 401, FORT EUSTIS, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-17-T-0001
 
Archive Date
11/25/2016
 
Point of Contact
Ann M. Calvin, Phone: 7578785703, Ann M. Calvin, Phone: 7578785703
 
E-Mail Address
ann.m.calvin.civ@mail.mil, ann.m.calvin.civ@mail.mil
(ann.m.calvin.civ@mail.mil, ann.m.calvin.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is W911W6-17-T-0001 and is issued as a Request for Quotation (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to make a firm fixed price contract award. This combined synopsis/solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-89, effective 1 November 2016. The applicable North American Industry Classification Standard (NAICS) code is 423510 (Metal Service Centers and Other Metal Merchant Wholesalers). The Aviation Development Directorate-Aviation Applied Technology Directorate (ADD-AATD) Contracting Division, intends to award a Firm-Fixed Price contract. The solicitation number is W911W6-17-T-0001 and is issued as a request for quotation. The proposed contract action, is a commercial item purchase in accordance with FAR Part 13, Simplified Acquisition Procedures. The purchase is for the procurement of twenty-five (25) pieces of raw material (for coupon fabrication) in support of the T55-GA-714A Compressor Blade Erosion coating testing. The material required is AM350 Stainless steel in bar form measuring 2.0 x 1.50 x 96.0 inches long (quantity 25 pieces.) heat treated to supplied specifications. Note: Pyromet 350 Hi temp alloy per spec UNS S35000 is an acceptable substitute material for AM350 Stainless Steel. Certification forms showing Chemical and Physical composition of the material are required with the delivery of the material. The required delivery shall be within six (6) months after award. MATERIAL REQUIREMENTS 1. 25 ea (pieces), AM 350 chromium-nickel-molybdenum stainless steel alloy in bar form measuring 2.0 x 1.50 x 96.0 inches long. Note: Pyromet 350 Hi Temp alloy is an acceptable substitute for AM 350 chromium-nickel-molybdenum stainless steel alloy. 2. All pieces supplied shall be from the same material lot. 3. Material Chemistry Certification is required. PROCESS REQUIREMENTS 1. PRE-MACHINED A) Heat Treat i. HARDEN (1) Heat parts to 1710°F (932°C) (2) Hold at heat for 1 hour per inch (25.4 mm) of cross-section minimum. Cross sections less than 0.090 inch (2.29 mm) shall be held for 5 minutes minimum (3) Subzero cool to -100°F (-73°C) or colder (4) Hold at temperature for 3 hours minimum (5) Warm in air to room temperature ii. TEMPER (1) Heat parts to 960° to 1000°F (516° to 538°C) (2) Hold at heat for 3 hours minimum. Charges for shipping if applicable and Item Unique Identification markings in accordance with DFARS clause 252.211-7003, Item Identification and Valuation, shall be included in the quote. Delivery, Inspection, Acceptance and F.O.B. Point are Destination, Fort Eustis, VA 23604. 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 52.204-19, Incorporation by Reference of Representations and Certifications; 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 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 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 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements--Representation; DFARS 252.203-7999, Prohibition on Contracting with Entities that Require Internal Confidentiality Agreements; DFARS 252.204-0001, Line Item Specific--Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 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 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; and DFARS 252.246-7000, Material Inspection and Receiving Report. 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 Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 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 may be accessed electronically at http://farsite.hill.af.mil Quotes received will be evaluated Pursuant to FAR 15.101-2, lowest price technically acceptable, which meet or exceed the required delivery schedule stated in the solicitation. The applicable North American Industry Classification Standard (NAICS) code is 423510. The small business size standard is 200. Interested firms may identify their interest and capability to respond to the requirement and submit a quote. The Government will review and consider all quotes received within the closing date set in this notice. Companies shall reference W911W6-17-T-0001 in all correspondence with the Government. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. The successful offeror must submit their invoices through the Wide Area WorkFlow Web site http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Quotes are due not later than November 10, 2016, 2:00 p.m. Eastern Standard Time. Submit quotes or inquiries regarding this procurement to Ann M. Calvin, Army Contracting Command, CCAM-RDT, 401 Lee Boulevard, Fort Eustis, Virginia 23604-5577 by email at ann.m.calvin.civ@mail.mil. Phone: (757) 878-5703.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a4204065780be35e9b6926d7e7bf3bbd)
 
Place of Performance
Address: Aviation Development Directorate-Aviation Applied Technology Directorate (ADD-AATD) Contracting Division, U.S. Army Contracting Command ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN04319575-W 20161105/161103234307-a4204065780be35e9b6926d7e7bf3bbd (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.