Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
SOLICITATION NOTICE

66 -- Puchase and Delivery of a C-Flaps Biological Detection System: Sole Source Requirement.

Notice Date
4/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-06-R-0003
 
Response Due
4/17/2006
 
Archive Date
6/16/2006
 
Small Business Set-Aside
N/A
 
Description
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 being requested and a written solicitation will not be issued. The Dugway Proving Ground, Directorate of Contracting is contemplating a sole source procurement with Dycor, Inc., 733 Revolution Street, Havre De Grace, MD 21078-3321 for the purchase an d delivery of a C-Flaps system for the West Desert Test Center located at U.S. Army, Dugway Proving Ground, Utah installation. The equipment will be consisting of the follwing: (a) Biological Trigger Unit  accomplished by the FLAPS III 3317 used as the p rimary triggering device in combination with the OEM XMX/2A below and the algorithm software. (b) System Control Computer  included as part of the FLAPS III. The High Performance Asynchronous Multiplexing System Micro (HPAMSm), multiplexes all instrument data and logs critical information in non-volatile memory. Additionally, it monitors the status of the various components and sends all data to the CBNET software host computer. (c) High Volume Aerosol Particle Concentrator  accomplished by the OEM XMX/ 2A, which provides concentrated particles to the FLAPS, included as part of the FLAPS III. (d) Alarm Software  achieved with the CBNET software, which provides instrument control and configuration, instrument displays, and enhanced alarming capability fo r the two-channel fluorescence instrument included with the FLAPS III. (e) Global Positioning System  achieved with the Garmin GPS25 OEM receiver to provide time-synchronization and location information. (f) Protective Enclosure  Provides limited degre e of outdoor ruggedization, including rain protection and pass through air-cooling using fans and shielded vents. (g) Communications radio  The C-FLAPS system comes with integrated FreeWave" radios, which utilize spread spectrum, frequency-hopping techno logy, and operate at either 902-928 MHz, license-free. FreeWave" radios have a 115kbaud maximum data rate, and can operate at up to 32 kilometers line-of-sight. (h) Preconfigured Host Computer  For turnkey operation, a preconfigured laptop will be suppli ed to eliminate any delays that could arise due to software installation, computer hardware configuration, or radio setup issues. (i) Transport Case  A custom foam interior case will be provided to protect the system during transportation and storage. It can also be used as the equipment stand to raise the aerosol sampling height. (j) Fiber Optic Communications  Provides a communications path alternative that can act as the primary link or as a redundant backup to an optional wireless radio link. (k) D C Power Supply  Universal AC power (100-240VAC, 50-60Hz input) can be utilized as input to the C-FLAPS case. A DC power source (~18-36VDC input) can be utilized via the optional external DC power supply which provides appropriate filtering and power condi tioning for use in vehicle systems. Pursuant to 10 U.S.C. 2304 (c)(1), and Federal Acquisition Regulation 6.302-1, supplies, services, and/or equipment required are available from one responsible source and no other type of supplies, services, and/or equ ipment will satisfy agency requirements. THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, all responsible sources may submit a quotation which shall be considered by the agency. Supporting evidence must be furnished to demonstrate the ability to co mply with the Government's requirements. If no responses are received, the Government will proceed with sole source negotiations with Dycor, Inc.. This combined synopsis and solicitation for the following commercial items: (1) Purchase and delivery of 1 EA C-Flaps System. This solicitation is issued as a request for proposal (RFP). Prices must include shipping cost to Accountable Property Officer; Building 54 64; Dugway UT 84022-5000 (FOB: Destination). Submit written offers (oral offers will not be accepted), on RFQ W911S6-06-R-0003. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North American Industr ial Classification Standard 339111 (500 employees) applies to this procurement. The following provisions and / or clauses applies to this acquisition: FAR 52.212-1 (JAN 2006) Instructions to Offerors - Commercial Items; FAR 52.212-3 (JAN 2005) ALT I (APR 2002) Offeror Representations and Certifications - Commercial Items, applies to this solicitation; FAR 52.212-4 Contract Terms and Conditions  Commercial Items (SEP 2005); FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Exec utive Orders--Commercial Items (FEB 2006) (specifically, the following clauses cited in FAR 52.212-5 are applicable to this solicitation: FAR 52.203-6 (with ALT 1), FAR 52.219-8, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39; FAR 52.225-13; and FAR 52.232-33); DFARS 252.212-7000 Offeror Representations and Certifications  Commercial Items (NOV 1995); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Exe cutive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005) (specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 52.203-3, DFARS 252.225-7014, DFARS 252.225-7036, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003, DFARS 252.243-7002, and DFARS 252.247-7023 Transportation of Supplies by Sea. In addition, FAR 52.204-7 Central Contractor Registration OCT 2003, 52.247-34 F.O.B. Destination NOV 1991, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003, and Army Contracting Agency Executive Level Agency Protest Program applies to this solicitation. The following local clauses appy to this solicitation: Foreign Visitors / Employees, Location of U.S. Army Dugway Proving Ground, Normal Work Hours, Contractor Access to DPG, Submission of Invoices, and OSHA Standards. All proposals must be emailed to Mr. Eric S. Vokt at eric.s.vokt@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns, you may email Mr. Eric Vokt at eric.s.vokt@us.army.mil. Quotes are due no later than 10:00 AM MDT (Mountain Daylight Savings Time), Wednesday, April 17, 2006.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01020832-W 20060406/060404220831 (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.