Federal Bid

Last Updated on 14 Aug 2013 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Tungsten Powder

Solicitation ID FA8677-13-R-0238
Posted Date 15 Jul 2013 at 4 PM
Archive Date 14 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Aflcmc/Pk - Eglin (Legacy)
Agency Department Of Defense
Location United states


The AFLCMC/EBSK, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for Tungsten Powder as listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 requested and a written solicitation will not be issued. The solicitation reference number is FA8677-13-R-0238 and is being issued as a Request for Proposal (RFP). The North American Industry Classification System (NAICS) code for this acquisition is 325180 with a size standard of 1000 employees. Please identify your business size in your response based upon this standard. This is a 100% small business set aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68.

Funds are not currently available for this requirement. No award will be made until funds are available to make payments under a contract / task order. The Government reserves the right to cancel this requirement either before or after the receipt of your proposal with no obligation to reimburse costs to the offeror by the Government.

Offerors proposals shall be valid for a minimum of 90 days from the date of submission. Offerors will submit a proposal for the manufacturing and delivery of high density Tungsten powder in the following structure:

CLIN # CLIN Description Qty Range Price per lb
0001 Tungsten BLU-129 0-45,000lbs
0001 Tungsten BLU-129 45,000-54,000lbs
0001 Tungsten BLU-129 54,000-63,000lbs
0001 Tungsten BLU-129 63,000-72,000lbs
0001 Tungsten BLU-129 72,000-81,000lbs
0001 Tungsten BLU-129 81,000-90,000lbs

0002 Tungsten for FLM 0-5,000lbs

The requirement is for manufacturing and delivery of high density Tungsten powder to McAlester Army Ammunition Plant (McAAP). Please see the attached document (Statement of Work) for a full description of the items to be acquired. Any additional information can be obtained by contacting the Procuring Contracting Officer (PCO), Mr. Erik Urban.

First delivery shall occur within 30 calendar days of contract award. All subsequent deliveries will be made on 3 week intervals or less, and will consist of at least 3,000lbs of tungsten each (please see below for a delivery schedule example). All deliveries and acceptance will be at FOB destination. Please see attached Statement of Work (SOW) for destination markings and address.

Delivery Schedule Example:
Delivery 1: 30 days after contract award
Delivery 2: 21 days after delivery one
Delivery 3: 42 days after delivery one
Delivery 4: 63 days after delivery one
Delivery 5: 84 days after delivery one
Delivery 6: 105 days after delivery one
Delivery 7: 126 days after delivery one
Etc.

The Government will award a contract resulting from this solicitation to the lowest priced responsible offeror whose proposal is technically acceptable in accordance with this solicitation.

To determine technical acceptability, the following items will be evaluated:


(1) Tungsten Powder Sample
In order to be deemed technically acceptable, the offeror must provide a one (1) kilogram sample of Tungsten powder that conforms to the specifications set forth in Section 3 Table I in the Statement of Work (SOW). McAlester Army Ammunition Plant will independently test the sample using the same parameters and testing procedures indentified in Section 4.3 in the SOW. The sample shall be provided to the following testing facility:

McAlester Army Ammunition Plant
1C Tree Road
McAlester, OK 74501

(2) Certificate of Analysis
In order to be deemed technically acceptable the offeror will demonstrate knowledge and understanding of the requirement by providing a Certificate of Analysis (COA) and all other documentation to support compliance with the requirements in Section 3, Table I of the SOW.

(3) Delivery Schedule
In order to be deemed technically acceptable the offeror will provide their own delivery schedule with the number of incremental shipments and corresponding Tungsten powder amounts, in pounds, similar to the one provided on page 1 of this RFP. Offerors can propose higher amounts and/or more frequent increments, but shall be able to meet the minimum requirements set forth in the RFP. The contractor may choose to use the same delivery schedule as provided in the solicitation, but must state this in their proposal.

(4) Past Performance
In order to be considered acceptable, the offeror will demonstrate past performance on recent and relevant contracts for the same or similar items. "Recent" means within the last 24 months. "Relevant" is defined as work that can be determined to be reasonably comparable to the tungsten production under this RFP. The past performance information may be based on information such as the contracting officer's knowledge of the requirement, customer surveys, or other reasonable basis. Offerors that have no recent and relevant past performance history will be assigned a neutral past performance evaluation rating which equates to acceptable. An offeror's past performance may be considered unacceptable for either negative past performance or record of termination for cause/default. The offeror shall provide past performance information to include recent and relevant contracts for the same or similar items/services and other references. Please submit on one page the following information: contract numbers and items sold; points of contact with telephone numbers; any other relevant contact information.

Ratings for past performance will be defined as follows:

a) "Acceptable" means that all past performance is rated as successful meeting basic contract requirements as described by the cognizant government rater. Also, offerors with no recent or relevant past performance will be assigned an "acceptable" rating.
b) "Unacceptable" means that any past performance is rated negatively by the cognizant government rater, or that the offeror's past performance includes termination for cause/default.

Proposals rated unacceptable in any of these four technical categories shall be deemed unacceptable overall.

Price will be calculated as follows:
(1) For CLINs 0001 and 0002, the evaluated price will be the unit price proposed multiplied by the maximum quantity.

(2) The sum of both CLINs will represent the total evaluated contract price.

(3) Offerors must provide the proposed unit price and extended prices for each CLIN.
Offerors that provide incomplete pricing information or pricing information not in U.S. Dollars will be rated as unacceptable. Offerors shall submit a pricing schedule similar to the following:

CLIN # CLIN Description Qty Range Price per lb
0001 Tungsten BLU-129 0-45,000lbs
0001 Tungsten BLU-129 45,000-54,000lbs
0001 Tungsten BLU-129 54,000-63,000lbs
0001 Tungsten BLU-129 63,000-72,000lbs
0001 Tungsten BLU-129 72,000-81,000lbs
0001 Tungsten BLU-129 81,000-90,000lbs

0002 Tungsten for FLM 0-5,000lbs


This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil .

The following clauses and any addenda are applicable:
FAR 52.212-1 Instructions to Offerors-Commercial Item (Feb 12).

FAR 52.212-3, Offerors Representation and Certifications -- Offerors shall include a completed copy of FAR 52.213-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at https://www. acquisition.gov

FAR 52.212-4 Contract Terms and Condition-Commercial Items applies to this acquisition. Please see attached solicitation for all addenda to this clause.

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply;

FAR 52.203-06 (Alt 1) Restrictions on Subcontractor Sales to the Government
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-06 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.219-04 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
FAR 52.217-07 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989)
FAR 52.219-06 Notice of Total Small Business Set-Aside
FAR 52.219-08 Utilization of Small Business Concerns
FAR 52.219-14 Limitations on Subcontracting
FAR 52.219-28 Post Award Small Business Program Representation
FAR 52.222-03 Convict Labor
FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-22 Previous Contracts and Compliance Reports
FAR 52.222-26 Equal Opportunity
FAR 52.222-35 Equal Opportunity for Veterans
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment Reports on Veterans
FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-18 - Availability of Funds
FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration
FAR 52.203-03 Gratuities
DFARS 252.203-7000 Requirements Relating to Compensation of former DoD Officials
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country
DFARS 252.215-7008 Only One Offer
DAFRS 252.232-7010 Levies on Contract Payments
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.225-7012 Preference of Certain Domestic Commodities
DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned
Economic Enterprises and Native Hawaiian Small Business Concerns
DFARS 252.227-7008 Computation of Royalties
DFARS 252.232-7003 Electronic Submission of Payment Requests
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.243-7002 Requests for Equitable Adjustment
DFARS 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge
Adjustment to the Cost Bearer
DFARS 252.247-7023 Transportation of Supplies by Sea
DFARS 252.247-7024 Notification of Transportation of Supplies by Sea
AFFARS 5352.201-9101, Ombudsman; complete paragraph c as follows: Col Deborah Cafarelli, AFLCMC/EN, 102 West D. Avenue, Building 11, Eglin AFB, FL, 32542-5495, (850) 883-3701, DSN 875-3701, e-mail: [email protected].

There is no applicable DPAS rating for this acquisition.

Offerors must be registered in System for Award Management (SAM) (www.sam.gov) before award can be made. Response to this combined synopsis/solicitation must be received via email by 26 July 2013, no later than 4:00 PM Eastern Daylight Savings Time. Requests should be marked with solicitation number FA8677-13-R-0238.

To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Failure to follow these directions may result in immediate elimination of an offeror from contract award consideration. Offers must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The offer should not simply rephrase or restate the Government's requirements, but rather should provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume the Government has no prior knowledge of their experience, and will base its evaluation of the information presented in the offer. The offer must be submitted electronically to the following individuals:

**UPDATED CONTRACT SPECIALIST EMAIL ADDRESS, ONLY CHANGE**
[email protected] (Contract Specialist)
[email protected] (Contracting Officer)

Questions concerning this solicitation should be addressed to the Contract Specialist via email; inquires by phone will not be addressed. Responses to any other email addresses will be considered invalid. All questions or inquires must be submitted in writing no later than 4:00PM Eastern Daylight Savings Time on 26 July 2013. No phone calls will be accepted.

 

Bid Protests Not Available

Similar Past Bids

Eglin air force base Florida 17 Feb 2012 at 8 PM
Location Unknown 17 Dec 2013 at 2 PM
Mcalester Oklahoma 27 Aug 2012 at 5 PM
Rock island Illinois 18 Aug 2022 at 9 PM
Rock island Illinois 15 Dec 2022 at 12 AM

Similar Opportunities

Charleston South carolina 09 Jul 2025 at 8 PM
Dana point California 20 Jul 2025 at 9 PM
Dana point California 30 Jul 2025 at 9 PM
Louisiana 10 Jul 2025 at 7 PM
Yuma Arizona 10 Jul 2025 at 7 PM