SOLICITATION NOTICE
93 -- Noun: Tensylon Composite Panel
- Notice Date
- 2/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- TACOM Contracting Center - Rock Island (TACOM-CC), ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H09-10-T-0130
- Response Due
- 2/11/2010
- Archive Date
- 4/12/2010
- Point of Contact
- Belinda Reaves, 309-782-3496
- E-Mail Address
-
TACOM Contracting Center - Rock Island (TACOM-CC)
(belinda.reaves@us.army.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 notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation W52H09-10-R-0084 has been cancelled and is reissued with this 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation W52H09-10-T-0130 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38, effective 10 December 2009. This RFQ is issued as a Full and Open Competition for NAICS 336992, FSC 9392. This RFQ is issued using Simplified Acquisition Procedures pursuant to FAR part 13. The government will not consider any quotes under solicitation W52H09-10-R-0084. Therefore, offerors who submitted a quote under solicitation W52H09-10-R-0084, and are still interested in this acquisition will need to submit a quote in accordance with the guidelines of this solicitation. This requirement is for the procurement of 80 each, commercial, Tensylon Composite Armor Panels measuring 4x4x 1 inch at 5 pounds per square foot (PSF), listed as CLIN 0001AB, to support the initial fielding of the M1070 Heavy Equipment Transporter HEAP Kit. Armor panels produced using materials other than Tensylon are unacceptable. Only offerors using Tensylon material to produce the armor panels will be considered for this acquisition. This requirement will not include an option. A Statement of Work is associated with this requirement. The Statement of Work (SOW) is designated as Distribution C, which is limited to US Government agencies & their contractors. US Government contractors can request a copy of the SOW by sending the companys CAGE code to the Contract Specialist. This RFQ does not specify the manufacturing process for the Tensylon composite armor panels; contractors are required to use a process appropriate to meet all of the requirements and specifications contained in the SOW. The requirement also includes a First Article Test Report, listed as CLIN 0001AA, in accordance with paragraph 4.2 of the SOW, and should not be separately priced. As directed in the SOW, FAT consists of a variety tests including ballistic. Aberdeen Proving Grounds (APG) cost to ballistically test the samples is $450.00. Coordination to establish testing with APG and to pay for this cost will be the responsibility of the contractor receiving the purchase order. The delivery dates for CLINs 0001AA and 0001AB stated below. Offerors are encouraged to submit more aggressive delivery schedules with their offers. Earlier deliveries are acceptable at no additional cost to the Government. The Government intends to make an award based on a best value basis which may result in award to other than the low quote or the highest rated (best performance risk). This process may involve a trade-off analysis between Price and Performance Risk. For Price, the offeror shall provide a firm fixed unit price and total price for CLIN 0001AB. The Government reserves the right to require the submission of any data (i.e., cost or pricing data) necessary to validate the reasonableness of an offer. For Performance Risk, the Government will obtain information from the Past Performance Information Retrieval System Statistical Reporting (PPIRS-SR) system. You are not required to submit any additional information on Performance Risk. The Government does not intend to discuss performance risk information with the offerors. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. CLIN 0001AA. First Article Test Report Quantity: 1 Lot Not Separately Price Inspection: Origin Acceptance: Destination Government Approval/ Disapproval: 30 Days The contractor shall submit the first article test report to the Contract Specialist within 35 days after award. CLIN 0001AB. Tensylon Composite Panel 80Ea$ Unit Price_______ $Amount______ Quantity: 20 each 95 days after award, 20 each 102 days after award 20 each 109 days after award 20 each 116 days after award. Description: 4x4x 1 inch @ 5 pounds per square foot (PSF). Inspection: Origin Acceptance: Origin Delivery will be FOB Destination to the following address: SHIP TO: DoDAAC: W25G1Q XR WOL6 USA DEP LETTERKENNY LETTERKENNY ARMY DEPOT Bldg 350m Door 11 Attn: (Mark Nye) CHAMBERSBURG PA 17201-4150 The following FAR clauses are applicable to this solicitation: 52.247-35 FOB Destination, Within Consignees Premises 52.247-34 FOB Destination 52.247-48 FOB Destination, Evidence of Shipment 52.246-2 Inspection of Supplies 52.246-11 Higher Level Contract Quality Requirement with the following change: Quality Management Systems-Requirements, ISO 9001:2000, 13 Dec 2000, tailored by excluding paragraphs 7.3,7.4,7.5.1, and 7.5.2. 52.252-1, Solicitation Provisions Incorporated by Reference 52.204-7 Central Contractor Registration 52.212-1, Instructions to Offerors- Commercial Items 52.212-3 Offeror Representation and Certifications 52.212-4 Contract Terms and Conditions- Commercial items 52.209-3 First Article Approval-ALT I and ALT II (a) The Contractor shall test four Tensylon panel samples in accordance with paragraph 4.2 of the Statement of Work for the HET Tensylon Composite Panel. At least 15 calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests. (b) The Contractor shall submit the first article test report within the number of calendar days specified in CLIN 0001AA from the date of this purchase order to Belinda Reaves, CCTA-AR-FB, Rock Island Arsenal, Rock Island, IL 61299-7630 or belinda.reaves@us.army.mil marked First Article Test Report: Purchase Order No. __________________, Lot/Item No. ______. Within 30 calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this purchase order. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. 52.212-5 /Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial items will apply: 52.222-50, 52.233-3, 52.233-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33 The following DFARS clauses are applicable to this RFQ: 252.225-7020 Trade Agreements Certificate 252.212-7000 Offeror Representations and Certifications- Commercial Items 252.209-7001 disclosure of Ownership or Control by the Government of a Terrorist Country 252.211-7003 Item Identification and Valuation - Paragraph (c)(1)(ii) states: CLIN 0001AB Tensylon Composite Panels 4'x4'1 inch @ 5PSF 252.232-7010 Levies on Contract Payments 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. The contractor agrees to comply with any clause that are checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components. 252.203-7000, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024 The following Local TACOM LCMC RI clauses apply. Please contact the Contract Specialist for a full text version of the following clauses: 52.201-4501 Notice about TACOM LCMC Ombudsman 52.211-4507 Notice of Urgent Requirement 52.246-4532 Destructive Testing 52.245-4500 Demilitarization and Trade Security Control 52.246-4500 Wide Area Workflow-Receipt Acceptance 52.209-4512 First Article Test (Contractor Testing) 52.247-4531 Cognizant Transportation Officer 52.247-4545 Place of Contract Shipping Point, Rail Information 52.211-4503 Packaging Requirements (Commercial) 52.204-4511 Electronic Contracting 52.215-4513 PPIRS-SR Statistical Reporting Test 52.215-4507 Evaluation of Offers 52.246-4528 Rework and Repair of Nonconforming material 52.246-4311 Higher-Level Contract Quality Requirement The point of contact for this action is Belinda Reaves, Contract Specialist, (309) 782-3496. Signed and dated quotes are due by Thursday 11, February 2010 at 5:00pm local time. All quotes are to be submitted either electronically to the following e-mail address: belinda.reaves@us.army.mil or faxed to (309) 782-1616, Attn. Belinda Reaves. E-mail is the preferred method for receiving quotes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c87cb6900e0661bf775e99a4ac2c6800)
- Place of Performance
- Address: TACOM Contracting Center - Rock Island (TACOM-CC) ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
- Zip Code: 61299-7630
- Zip Code: 61299-7630
- Record
- SN02057995-W 20100206/100204235442-c87cb6900e0661bf775e99a4ac2c6800 (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 |