Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2003 FBO #0602
SOLICITATION NOTICE

52 -- TELEMETRY SYSTEM

Notice Date
7/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
DABJ05-03-T-0667
 
Response Due
8/1/2003
 
Archive Date
9/30/2003
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
ACA, Aberdeen Proving Ground
(brenda.fletcher@sbccom.apgea.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97- 27. The associated North America Industry Classification System (NAICS) Code is 334519 and the Business Size Standard is 500. The Requisition Number is W81C5M-3167-0002.The combined synopsis/solicitation number is DABJ05-03-T-0667. CLIN 0001-INDUCTION P OWERED TELEMETRY SYSTEM, DUAL CHANNEL FOR SHAFT TORQUE MEASUREMENT, PN 54765-NN36-1575, 7 EA With the following specifications Channel 1 Transmission Frequency = 16 MHz Channel 2 Transmission Frequency = 13 MHz, Option B = 18-32 V Input Voltage, Full scale Data Output 10VDC = 10% 1mA maximun, Gain Adjustment Range = 50% of nominal, Zero Adjustmen t Range(@max.sensitivity) = 50% of full scale, Operating Temperature Range -15C to 65 C, Compensated Temperature Range 0 C to +50 C, Power Source 7.5 to 15 VDC adjustable, Reception Frequencies 13 Mhz to 22 MHz, Data Bandwidth DC to 1000 Hz, Data Filter Dy namic Range constant time delay -8 pole bessel, RF Sensitivity -75db COLLAR, TRANSMITTER, MDL 2126A-002 AUTO SHAFTS INCREASED DIA & HARDENING,3 EA: ENCLOSURE, NEMA 4, FOR INDUCTIVE POWER SUPPLY FOR RECEIVER SYSTEM, 7 EA: COLLAR, TRANSMITTER, MODEL 2126A-0002 MODIFIED TO ACCEPT 2 3/8 IN. SHEAR PIN HOLES, INCREASED OUTER DIAMETER, AND HARDENING, 4 EA: INSTALLATION, STRAIN GAGE ON PROVIDED SHAFTS WITH WIRING TO COLLAR, 7 EA: CALIBRATION, MARINE SHAFTS TO 7500 FT-LB, 4 EA: THE CONTRACTOR SHALL PROVIDE FIXTURING OF MARINE AND AUTOMOTIVE SHAFTS, 2 EA: THE CONTRACTOR SHALL PROVIDE ENGINEERING FOR COLLAR MODIFICATION, 1 EA: CALIBRATION, AUTOMOTIVE SHAFTS TO 5500 FT-LB,3 EA: Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions to Offerors--Com mercial, applies to this acquisition. The provision at 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: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient informat ion is available, vendors must furnish as part of their proposal all descriptive materials (such as cuts, illustrations, drawings or other information) necessary for the government to determine whether the product meets the salient characteristics of the r equirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifica tions. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedule s, warranty, training, and support. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this so licitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror sha ll include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-4, Contract Terms and Conditions-- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this claus e are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52. 222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52 .222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), and DFAR 252.204-7004 Required Central Contractor Registration. The full text of t he FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 01 August 2003 no lat er than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award wil l not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410) 612-5357, or via email brenda.fletch er@sbccom.apgea.army.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ05/DABJ05-03-T-0667/listing.html)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00378171-F 20030724/030722222155 (fbodaily.com)
 
Source
FedBizOpps.gov 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.