Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2017 FBO #5839
SOLICITATION NOTICE

95 -- Upgrades and expansion of existing Split Hopkinson Bar (SHPB) System - A02 Provisions & Clauses Full Text Attachment

Notice Date
11/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331524 — Aluminum Foundries (except Die-Casting)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-18-T-0032
 
Archive Date
12/9/2017
 
Point of Contact
Adrian Barber, Phone: 3013941503
 
E-Mail Address
adrian.t.barber.civ@mail.mil
(adrian.t.barber.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PROVISIONS AND CLAUSES FULL TEXT ATTACHMENT 8. (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. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The name of the company the Government intends to award a contract to is REL, INC. 57640 N. 11th Street, Calumet, MI 49913-3118. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-18-T-0032. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, 11-06-2017. (iv) The associated NAICS code is 331524. The small business size standard is 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): The contractor shall provide the following items which shall be fully compatible with the Long Split Hopkinson Pressure Bar (LSPHB) system designed, built, and delivered by REL, INC. under purchase order W911QX-15-P-0062: CLIN 0001: 2" Manual Launcher; QTY - One (1) CLIN 0002: 1" Manual Launcher; QTY - One (1) CLIN 0003: Bar Supports - 2" Type; QTY - Ten (10) CLIN 0004: Bar Supports - 1" Type; QTY - Ten (10) CLIN 0005: Stop Stand w/ Hydraulic Damper; QTY - One (1) CLIN 0006: Sure-Speed Chronograph Module; QTY - One (1) CLIN 0007: Hydraulic Tensile Grip Setting Tool with grips & Collets; QTY - One (1) CLIN 0008: 20ft -.75" Compression Bar Set and Strikers - Maraging C350; QTY - One (1) CLIN 0009: 12ft - 1" Internal Threaded ½-13 Tension Bar Sets and Strikers - Maraging C350; QTY - One (1) CLIN 0010: 12ft - ¾" Tension Bar Sets and Strikers - Maraging C350; QTY - One (1) CLIN 0011: 12ft - 1.5" Compression Bar Sets and Strikers - Maraging C350; QTY - One (1) CLIN 0012: Delivery & Shipping CLIN 0013: Installation & Training (vi) Description of requirements: See above section 8 (v) (vii) Delivery is required No Later Than (NLT) five (5) months after contract award. Delivery shall be made to 321 Colleran Road, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground, MD 21005. The FOB point is destination. (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: NONE. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations 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 the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM-BASIC (DEC 2016)) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2014) 252.246-7004 SAFETY OF FACILITIES, INFRASTRUCTURE, AND EQUIPMENT FOR MILITARY OPERATIONS (OCT 2010) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-0009 CONTRACT-WIDE: BY FISCAL YEAR 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT INTENT TO SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE RECEIVING ROOM - APG TAX EXEMPTION CERTIFICATE PAYMENT TERMS ADELPHI CONTR. DIVISION URL SECURITY REQUIREMENTS 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.204-7000 DISCLOSURE OF INFORMATION (AUG 2013) 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. (xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot be provided for this acquisition. (xvi) Offers are due on 24 November 2017, by 11:59 AM Eastern Standard Time, at adrian.t.barber.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Adrian Barber, 301-394-1503, adrian.t.barber.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ffee6f19a0c62d600718270d9a66fc7b)
 
Place of Performance
Address: U.S. Army Research Laboratory, ATTN: WMM-B, Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), Maryland, 21005-5001, United States
Zip Code: 21005-5001
 
Record
SN04742840-W 20171118/171116231428-ffee6f19a0c62d600718270d9a66fc7b (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.