The RFP Database
New business relationships start here

Rolled Homogeneous Armor (RHA) Plates


Maryland, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS


1. Class Code: 95


2. NAICS Code: 331110


3. Subject: Rolled Homogeneous Armor (RHA) Plates


4. Solicitation Number: W911QX-17-T-0055


5. Set-Aside Code: 100% Small Business


6. Response Date: 01/20/2017


7. Place of Delivery/Performance:
U.S. Army Research Laboratory
US Army Contracting Command - APG
Adelphi Contracting Division
321 Colleran Road
Aberdeen Proving Ground MD 21005



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.


(ii) The solicitation number is W911QX-17-T-0055 This acquisition is issued as an RFQ.


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93 dated 16 December 2016.


(iv) This acquisition is set-aside 100 percent for small businesses. The associated NAICS code is 331110. The small business size standard is 1500 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):

CLIN 0001 - Armor Plates in accordance with the Salient Characteristics.
CLIN 0002- Shipping costs to APG, MD 21005.
(vi) Description of requirements:


Salient Characteristics


The contractor shall provide one (1) armor steel plate that meets the following military specifications:


1. Amor plate, steel, wrought, homogenous armor, also known as Rolled Homogeneous Armor (RHA) steel plate.
2. Armor plate shall meet specification MIL-A-12560K(MR), Amendment number four (4), dated 20 July 2007 or the more current version revision K. Armor plate shall meet Class 1 specifications.
3. The armor plate shall be domestic material - all material used in making armor plate shall be made in USA.
4. The dimensions of the plate shall not exceed three (3) inch thickness/depthX 120 inch wide X 288 inch long.
5. The Contractor shall deliver the plates to:


US Army Research Laboratory
ATTN: Bldg 1115 (Welding Shop)
321 Colleran Road
Aberdeen Proving Grounds, MD 21005.


(vii) Delivery is required no later than (NLT) 120 Days ARO. Delivery shall be made to US Army Research Laboratory, 321 Colleran Road Aberdeen Proving Grounds, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground. 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:


Evaluation Criteria
(Lowest Price Technically Acceptable)


The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The offer that has acceptable past performance and technical rating with the lowest price technically acceptable will receive a contract award.


Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) records of sales from the previous 18 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number.


Acceptable Past Perfomance shall have:
Specifically listing of the steel mill where the armor plate will be produced. Specifically listing past records of sales and identifying points of contact. Past performance records that the point of contact identifies that the technical specification and delivery schedules (with warranty fulfillment and maintenance reputation included as applicable) were all met.


The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish:


The required RHA plate specifications in the proposal. The offeror shall note the known supplier of quality steel products. Finally, the offeror shall indicate that the steel came from US material.


Acceptable Technical element shall have:
Demonstrate that the plates proposed meet all the specifications listed in the Salient characteristics.


Price will be evaluated based on the total proposed price.


(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer (valid sam.gov copy is acceptable).


(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 (July 2013),
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013),
52.219-6, Notice Of Total Small Business Set-Aside (Nov 2011)
52.219-13, Notivce of Set-Aside Orders, (Nov 2011)
52.219-28, Post-Award Small Business Program Rerepresentation (July 2013)
52.222-3, Convict Labor (June 2003),
52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014),
52.222-21, Prohibition of Segregated Facilities (Apr 2015),
52.222-26, Equal Opportunity (Apr 2015),
52.222-36, Affirmative Action for Workers with Disabilities (July 2014),
52.222-50, Combating Trafficking in Persons (March 2, 2015),
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011),
52.225-13, Restrictions on Certain Foreign Purchases (June 2008),
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013),
52.232-36, Payment by Third Party


DFARS:


252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7005, Representation Relating to Compensation of Former DoD Officials,
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7011, Alternative Line Item Structure,
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.204-7015, Disclosure of Information to Litigation Support Contractors,
252.213-7000, Notice Prospective Suppliers on use of Past Performance Information Retrieval System-Statistical Reporting in Past Performances Evaluations (JUNE 2015),
252.225-7000, Buy American-balance of Payments Program Certificate--Basic (NOV 2014),
252.223-7008, Prohibition of Hexavalent Chromium,
252.225-7001, Buy American and Balance of Payments Program,
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports,
252.232-7010, Levies on Contract Payments,
252.244-7000, Subcontracts for Commercial Items,
252.247-7023, Transportation of Supplies by Sea,



(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):


52.212-1, Instructions To Offerors - Commercial Items (OCT 2015)
52.212-3, Offeror Representations and Certifications - Commercial Items (OCT 2015)
52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items (OCT 2015) ALT I (OCT 2014)
52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015)
52.204-16 --Commercial and Government Entity Code Reporting.
52.204-18 Commercial and Government Entity Code Maintenance.52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012),
52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications.
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
52.252-2 Clauses Incorporated by Reference (Feb 1998)
252.204-0009 Contract-wide: by Fiscal Year. (SEP 2009)
252.204-7003 Control of Government Personnel Work Product (APR 1982)


Full Text clauses:
252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013);
252.211-7003 Item Unique Identification and Valuation (DEC 2013);
APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011);
APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002);
APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999);
APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999);
APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999);
APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (JUNE 2016)
APG-ADL-H.5152.211-4401Alt I Receiving Room Requirements- APG Alternate I (JAN 2003)
APG-ADL-I.5152.212-4401 DFARS Commercial Acquisition Provisions And Clauses (Mar 2015)
APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011);
APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website


(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NA.


(xv) The following notes apply to this announcement: NONE


 


 


Swati Jain, Contract Specialist, Phone 3013940045, Email swati.jain2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP