Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2012 FBO #3876
SOLICITATION NOTICE

15 -- Test Cubes

Notice Date
7/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-12-T-0013
 
Response Due
7/10/2012
 
Archive Date
9/8/2012
 
Point of Contact
Beth Chapman, 757-878-4827
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(beth.k.chapman.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 notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-12-T-0013 and is issued as a Request for Quote (RFQ). Under this solicitation, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award two firm-fixed-price contracts. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-59. The applicable North American Industry Classification Standard (NAICS) codes are 326299 and 336413. The small business size standards are 500 and 1,000. AATD intends to purchase fabrication and delivery of MIL-DTL-27422 Phase I test cubes, incorporating main fuel tank materials and constructions qualified and fielded in US Army helicopters (e.g., UH-60, AH-64, OH-58, CH-47). The classification of these test cubes under the above specification is Class A, Type I, Protection Level A. These cubes shall not represent auxiliary fuel tank constructions. A total of five test cubes shall be delivered by each contractor, as shown below. All test cubes from a contractor shall represent one of the Army helicopters listed above. Each test cube shall be marked with a serial number, manufacturer name, fabrication date, ballistic protection level, the applicable version of MIL-DTL-27422 under which this material construction was previously qualified, and the applicable helicopter platform designation on which this material construction is fielded. Four sheets of suitable backing board, sized to fit into the Phase I test fixture on each vertical side of the test cube, shall be provided with each test cube. This requirement will be awarded on a sole-source basis under the authority of FAR clause 13.106-1(b). The intended limited sources for these units are Amfuel, located at 601 Firestone Drive, Magnolia, Arkansas 71754, and Meggitt Polymers & Composites, located at 669 Goodyear Street, Rockmart, Georgia 30153. Shipping charges shall be included in the quote. All units shall be packaged to ensure safe delivery to destination point. Delivery of these items is expected to be not later than twenty-six (26) weeks After Receipt of Order. Delivery, Inspection, Acceptance and F.O.B Point are Destination. 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. Also, in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration site prior to award. Clauses incorporated by reference include FAR 204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; 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 Subcontracts Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; FAR 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, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest after Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III; and 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at the following link: http://farsite.hill.af.mil. Amfuel and Meggitt Polymers & Composites are the only known sources; however, interested persons may identify their interest and capability to respond to the requirement and submit a quote. All responsible sources that submit an offer will be considered. Quotes are due not later than July 10, 2012, 4:00 p.m. EST and shall be submitted by e-mail at beth.k.chapman.civ@mail.mil, or by regular mail to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Beth Chapman), 401 Lee Boulevard, Fort Eustis, VA 23604-5577. Contracting Officer point of contact is Linda Diedrich, 757-878-4828, or linda.d.diedrich.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b26dcfca8f180e186fe96607e098d4f)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02793275-W 20120705/120703235414-8b26dcfca8f180e186fe96607e098d4f (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.