Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2007 FBO #2111
SOLICITATION NOTICE

13 -- 56MM Aluminum Liner Shaped Charge

Notice Date
9/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX07T0265
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
Small Business Set-Aside
N/A
 
Description
(i) 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. (ii) The solicitation number is W911QX-07-T-0265. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-13. (iv) This acquisition is full and open. The associated NAICS code is 332993. The business size standard is 1,500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 Quantity: 100 Unit of Issue: Each Description: Shaped charge 56MM Aluminum Liner. (vi) Description of requirements: The price must include tooling set up. Machining and assembly shall be performed according to ARL drawing No. AL560001. The drawings are not for public release and will be faxed or mailed to eligible offerors upon req uest. Only U.S. firms are eligible for this procurement. To request the drawings, please see item xvii below. (vii) Delivery is required by 10/31/2007. Delivery shall be made to Transportation Officer, Bldg. 714, APG, MD 21005. Deliveries of ammunition to APG must arrive at Bldg. 714 no later than 2:30 PM. Bldg. 714 is closed every other Friday; if a Friday d elivery is scheduled, the Contractor shall call to ensure that the building will be open. The phone number will be provided by the Contract Specialist upon award of contract. Acceptance shall be performed at the same location. The FOB point is destinati on. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: none. (ix) The provision at FAR 52.212-2, Evaluation  Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance, and price. The techni cal capability and past performance are of equal importance and when combined are more important than price. The technical evaluation will be a determination as to whether the proposed product meets the performance requirements and characteristics and sha ll be based on information furnished by the vendor. The government is not responsible for locating and securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the requirements. If the vendor proposes to modify a product so as to make it conform to th e requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offero r as to actual sales of the proposed product to industry or government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules and warranty and maintenance reputation. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government , price and other factors considered. The government reserves the right to award to other than the lowest price, an all or none determination, and to award without discussions. ( x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: none. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defe nse Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 5 2.232-33, 52.203-3, 252.225-7001, 252.225-7012, 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply: none. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: none. (xvi) Offers are due on 09/17/2007 by 11:59 PM EST, via email at US Army Research, Development & Engineering Command Acquisition Center. (xvii) For information regarding this solicitation, please contact Mrs. Bonita Zander at (410) 278-5601 or via email at bonita.zander@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01395668-W 20070907/070905221627 (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.