SOLICITATION NOTICE
B -- High Strains Test - Package #1
- Notice Date
- 9/3/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-15-T-0258
- Point of Contact
- Jillian Kovacs, Phone: 9375224501
- E-Mail Address
-
jillian.kovacs@us.af.mil
(jillian.kovacs@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Exemption for Application of SCA- Certification CLINS, Provisions and Clauses DFARS 252.225-7000 DFARS 252.209-7992 FAR 52.212-3 This is a combined synopsis/solicitation ("solicitation" hereafter), which is expected to result in award of a firm-fixed- price contract for commercial items, i.e. High Strains Test, as described under the paragraph below titled "Requirement." The solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (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. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. Synopsitation Number: FA8601-15-T-0258 NAICS Code: 541380 Small Business Size Standard: $15,000,000.00 This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-78, effective 26 Dec 14; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice DPN 20141216, effective 16 Dec 2014; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2014-1001, effective 01 Oct 14. Synopsitation Closing Date: Proposals must be received not later than 1:00 pm Local (Wright-Patterson AFB) Time, Wednesday, September 9, 2015. Submit electronic proposals via Jillian Kovacs to: jillian.kovacs@us.af.mil. Any correspondence sent via e-mail must contain the subject line "Solicitation FA8601-15-T-0258." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this solicitation to either Jillian Kovacs telephonically at (937) 522-4587 or via e-mail at jillian.kovacs@us.af.mil. Requirement: •Test Additively Manufactured (AM) material Stainless Steel specimens at two large strain rates in tension. •Testing must be completed on a Split Hopkinson Bar Testing Apparatus and include the following conditions: o Testing must be completed for 2 strain rates of 500 to 700 1/seconds and 1000 to 2000 /seconds. o The sample must be around dog bone sample with the dimensions included and meet subsize ASTM E8 Tensile requirements. o The test must be complete at controlled room temperature. o Each Sample must be tested at 3 heat treatments for a total of 36 high strain rate tests. o Must include 8 spare tests in case of failures from the primary test lot of 36. • Material and component parts used in the experiments shall be of high commercial quality, consistent with the performance. • Workmanship and report delivery shall be consistent with best commercial practices. • Complete a minimum of 36 Split Hopkins Bar Tests at two strain rates to determine the microstructure of the specimens. • Must be in the vicinity of Wright-Patterson AFB to allow students to participate in the test setup. • Must be in the vicinity of Wright-Patterson AFB to allow students to witness the testing of each sample. • Must provide the Engineering Stress vs Engineering Strain in a written report. • Must provide the True Stress vs. True Strain in a written report. • Testing must begin 1 week after the award of the contract. • Testing must be completed in 2.5 weeks after the award of the contract. • A final report must be completed and delivered to AFIT within 2 weeks of the completion of all test to the satisfaction of AFIT. • Return all materials/samples after testing. • Supply drawings or a specifications package of general system design and a detailed list of items and functions at the customer design. • Review at the customer's facility. The Manufactures Acceptance Test will also be defined at the design approval. the customer will review • The DWG package and detailed list of items and functions and provide feedback for the various testings. Period of Performance: 30 September 2015- 31 December 2015 Delivery Destination: Air Force Institute of Technology POC: Daniel Rohrbach 2950 Hobson Way Bldg 640 Wright Patterson AFB, OH 45433-7142 (937)255-3636 FOB: Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Provisions and Clauses: The attached provisions and clauses for the acquisition of commercial items are incorporated into the RFP. If the offeror has completed the FAR 52.212-3 provision online, the offeror shall only complete paragraph (b) of this provision with its quote. FAR 52.212-3 Paragraph (b) is attached. If the offeror has not completed the DFARS 252.209-7992 provision online, the offeror shall complete and return a copy of the provision with its quote. DFARS 252.209-7992 is attached. If the offeror has not completed the DFARS 252.225-7000 provision online, the offeror shall complete and return a copy of the provision with its quote. DFARS 252.225-7000 is attached. The offeror shall complete and return a copy of the provision with this quote for FAR 52.222-48. See attached. Consent to RFP Terms and Conditions: Submission of proposals in response to this RFP constitutes agreement by the offeror to all terms and conditions contained in this announcement and the attached solicitation document, which will be incorporated into the resulting contract. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. Attachments: 1. CLINS, Provisions and Clauses 2. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations 3. FAR 52.212-3, Paragraph (b), Offeror Representations And Certifications--Commercial Items 4. FAR 52.222-48, Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (Feb 2015) 5. DFARS 252.225-7000, Buy American- Balance of Payment Program Certificate- Basic (Nov 2014)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0258/listing.html)
- Place of Performance
- Address: Air Force Institute of Technology, 2950 Hobson Way Bldg 640, Wright Patterson, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03871091-W 20150905/150904000500-6289edf187b2ba7bc5dac782a58fcaec (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 |