Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

25 -- Urgent Requirement Titanium Ballistic Plates

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92222-07-R-1021
 
Response Due
9/21/2007
 
Archive Date
10/6/2007
 
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. The solicitation number is H92222-07-R-1021 and is issued as a Request For Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 336992 with a small business size standard of 1000 employees. This procurement is for full and open competition. This procurement will be accomplished using full and open competition procedures for Commercial Off-The-Shelf items. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. Line item 0001 is for 20,000 lbs of armor steel (note: offerors are not required to bid on the entire amount) in accordance with MIL-DTL-46077G. Line item 0002 is not-separately-priced for Lot Testing Data IAW Data Item Description (DID) DI-NDTI-80809B. This URGENT requirement for titanium ballistic panels is to support the in-house manufacture of prototype hardware for testing. ARDEC requires a total of 20,000 lbs of material to be delivered in three monthly lots of 5000 lbs, 7000 lbs, and 8000 lbs per lot, October 1, 2007; November 1, 2007 and December 1, 2007 respectively. The contractor shall deliver this material as intermediate ballistic test panels for final machining at ARDEC. The contractor shall perform welding and mechanical testing as required. The titanium shall meet the requirements of MIL-T-46077, Class 2 or 3. Ballistic testing shall meet the following requirements: The contractor shall develop a test matrix for mechanical tests of base material, welds, and ballistic performance based upon the heat lot deliveries of titanium material. The plates shall be provided at a minimum of 30 inches wide and 60 inches long. The material shall be 0.5 inches thick. The contractor shall provide all available LOT traceability data and shall verify the single melt process and ballistic adherence IAW MIL-T-46077. The contractor shall perform ballistic testing and deliver with material Lot Testing Data IAW Data Item Description (DID) DI-NDTI-80809B, which verifies/certifies compliance to the specification requirements and production lot test plan. FOB: Destination for delivery to DODAAC W15BXD, ARDEC, AMSRD-AAR-AEE-P, Bldg 3150, Picatinny Arsenal, New Jersey 07806-5000. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Contract Terms and Conditions-Commercial Items with addenda: a Quality Assurance Plan (QAP) and Production Lot Test Plan is required to ensure the material will meet the requirements in MIL-DTL-46077G; the provision at FAR 52.212-2 Evaluation-Commercial Items with addenda: The Government intends to award Firm-Fixed Price (FFP) type contract resulting from this solicitation. Contract award shall be made to the offeror(s) whose proposal is deemed responsible in accordance with the Federal Acquisition Regulation (FAR), and whose proposal conforms to the RFP requirements and is determined to represent the best value to the Government with appropriate consideration given to the major areas, listed in descending order of importance: Technical, Past Performance, and Price. The Government may split the award of the total quantity to obtain required delivery dates. Contractors should price the 5,000 lbs, 7,000 lbs, and 8,000 lbs separately and combined. Offerors are not required to bid on the entire 20,000 lbs. Technical is significantly more important than Past Performance. Past Performance is significantly more important than Price. The Technical and Past Performance areas when combined are significantly more important than Price. Failure to comply with the instructions identified herein or mere acknowledgement or restatement of a requirement or task is not acceptable and may be cause for rejection. Each proposal will be evaluated to determine best overall value to the government, price and other factors considered. The Technical Area will be evaluated to determine the extent to which the contractor will supply a technically compliant, quality product within the required delivery schedule. The Past Performance will be evaluated to determine the extent to which the contractor has provided timely, quality products on previous contracts which would indicate their ability to meet their obligations on this requirement. Competition will determine the reasonableness of price. The Government will make appropriate trade-offs when required. In addition to other factors, offers will be evaluated on the basis of advantages and disadvantages to the government that might result in making only one award, split awards, or no award; particularly the risk to the Government from a delivery, technical integration, logistics, and administrative cost perspective. The Government may award a contract(s) on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offeror(s) best terms from a cost or price and technical standpoint. Absent an immediate award, a competitive range determination will be made in accordance with FAR 15.306(c) to limit discussions to the number that will permit an efficient competition among the most highly rated. Offerors are cautioned that an award may not necessarily be made to the lowest price offeror. The Government reserves the right to award multiple contracts, a single contract, or no contract. In order to be considered for award, offerors must clearly demonstrate the ability to meet at minimum the requirements identified herein and Detailed Specification MIL-DTL-46077G; the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, FAR 52.232-33, Payment by Electronic Funds Transfer applies, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes for Executive Orders applicable to Defense Acquisitions of Commercial Items applies, DFAR 252.225-7001, Buy American Act and Balance of Payment Program applies. DFAR 205.470-2 Provision of Information to Cooperative Agreement Holders applies, DFAR 252.225-1101 Acquisition of Supplies applies, 252.225-7014 Preference for Domestic Specialty Metals applies (ALT I), 252.232-7003 Electronic Submission of Payment Requests applies; SOFARS 5652.209-9003, Use of Contractor Support/Advisory Personnel as Contract Specialists. This requirement is in support of the Mine Resistant Ambush Protected (MRAP) Vehicles Program and has been assigned a DX rating IAW the Department of Defense Priorities and Allocations System. Submit written offers, oral offers will not be accepted. The prospective offeror must be registered with the Central Contractor Registration (CCR) prior to award. Proposals should be on company letterhead in company format containing all information IAW FAR 52.212-1 and received no later than 12:00 EST, Friday, September 21, 2007, to ATTN: Susan Griffin at griffi1@socom.mil or via FAX (813) 828-7504. Should industry have any questions, please contact Tiffany Garfield at tiffany.garfield.ctr@socom.mil or Susan Griffin at griffi1@socom.mil.
 
Place of Performance
Address: Picatinny Arsenal, New Jersey
Zip Code: 07806-5000
Country: UNITED STATES
 
Record
SN01407965-W 20070916/070915200328 (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.