Federal Bid

Last Updated on 02 Oct 2018 at 8 AM
Combined Synopsis/Solicitation
Hyattsville Maryland

One (1) Furnace Run of Ceramic Tiles

Solicitation ID W911QX18Q0150
Posted Date 11 Sep 2018 at 7 PM
Archive Date 02 Oct 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Hyattsville Maryland United states 20783

1. Solicitation Number: W911QX-18-Q-0150

2. Title: Notice to Sole Source for one (1) furnace run of ceramic tiles (propriety composition Ceralloy 146X) to produce approximately 50 billets of ceramics @ 10.62 X 17.65" at nominal thickness and number prescribed in the quotation

3. Classification Code: 9390

4. NAICS Code: 336992

5. Response Date: 17 September 2018 due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis- solicitation.

6. Description:
Disclaimer: 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.
SOLICIT ONLY ONE SOURCE
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). The name of the company the Government intends to award a contract to is Ceradyne Inc. (1922 Barranca Pkwy, Irvine, Ca., 92606-4826). 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.

This acquisition is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100.

For purposes of this acquisition, the associated NAICS code is 336992. The small business size standard is 1,500 employees.

Contract Line Item (CLIN) Structure: 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 - Quantity of 1 (one) furnace run of ceramic tiles (propriety composition Ceralloy 146X) to produce approximately 50 billets of ceramics @ 10.62 X 17.65" at nominal thickness and number prescribed in the quotation

The aforementioned furnace run of ceramic tiles shall meet the following tile dimension requirements:
- 10.62x17.65x XXX" with 0.1" grind stock.
- 1" thickness will be best effort.
- Increased nominal thickness chosen to allow face-grinding of both front and back of tiles to ensure flatness.

CLIN 0002 - Shipping Costs

Delivery: Delivery is required within 45 days after award. Delivery shall be made to the U.S. ARL APG at Shipping and Receiving, Building 321 Colleran Road, APG, MD. Acceptance shall be performed at the U.S. ARL in Aberdeen Proving Ground, MD, 21005. The FOB point is destination (U.S. ARL in Aberdeen Proving Ground, MD, 21005).

Clauses:

I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE

In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.

II. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

III. 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.

IV. 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 (OCT 2016)
52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)
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 (OCT 2016)
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26 EQUAL OPPORTUNITY (SEP 2016)
52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 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-CENTRAL CONTRACTOR REGISTRATION (JUL 2013)
52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)

V. 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):

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL
2016)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL
2016)
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
252.204-7000 DISCLOSURE OF INFORMATION
252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS
252.204-7011 ALTERATIVE LINE ITEM STRUCTURE
252.204-7012 Safeguarding of Unclassified Controlled Technical Information

252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT
252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM
252.225-7000 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM CERTIFICATE
252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
252.232-7010 LEVIES ON CONTRACT PAYMENTS
252.247-7023 TRANSPORTATION OF SUPPLIES BY SEAS
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE
52.252-2 CLAUSES INCORPORATED BY REFERENCE

ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT
GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD)
TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM - ALC DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL PAYMENT TERMS

VI. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.

VII. The following notes apply to this announcement: Offers shall be in U.S. dollars and valid through the time of payment (30 days after invoicing).

Offers are due at 11:59 AM EST, 17 September 2018 via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation, [email protected] (cc. [email protected])

Place of Performance: U.S. Army Research Laboratory (ARL) Aberdeen Proving Ground (APG) MD 21005-5001.

Bid Protests Not Available

Similar Past Bids

Tracy California 25 Jan 2010 at 6 AM
Biloxi Mississippi 09 Jan 2013 at 4 PM
Location Unknown 19 Feb 2015 at 3 PM
Madison Virginia 23 Jan 2017 at 5 PM
Madison Wisconsin 06 Mar 2017 at 7 PM