Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2006 FBO #1621
SOLICITATION NOTICE

66 -- Anthropomorphic Test Device

Notice Date
5/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX06-T-0075
 
Response Due
5/13/2006
 
Archive Date
7/12/2006
 
Small Business Set-Aside
Total Small Business
 
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. (ii) The solicitation number is W911QX-06-T-0075. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (iv) This acquisition is set-aside for small business. The associated NAICS code is 5088. The small business size standard is 100 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure: CLIN NO. 01, QUANTITY OF 1, UNIT EA DESCRIPTION:THOR Anthropomorphic Test Device(ATD) with built in sensors as specified in the statement of requirements. (vi) Description of requirements: STATEMENT OF REQUIREMENTS The Contractor shall supply THOR Anthropomorphic Test Device (ATD) with the built-in sensors specified below. The Government has developed a Ls-Dyna finite element model of the THOR/NT ATD for shock, force, and moment response predictions of the ATD under vertical acceleration conditions, with the loading vector parallel to the direction of the force of gravity with respect to a normal seating position. Any THOR-ATD delivered under this contract shall conform to this model without having to further modify the model to obtain the currently realized predictions for the THOR/NT-ATD under vertical loading conditions, within the variance in predictions expected from one new THOR/NT to another THOR/NT. ATD built-in sensors: " 5 Tilt sensors (head, neck, LTS, LUM, Pel) " Head CG tri-axial accels (Endevco 7267a or equivalent), X,Y,Z (3 channels) " Upper neck load cell (Mertz corridor)(Denton 3454J or equivalent), Fx, Fy, Fz, Mx, My, Mz (6 channels) " T-12 Load Cell (Denton 1911 J) Fx, Fy, Fz, Mx, My (5 channels) " Thorax CG tri-ax accels (endevco 7267a or equivalent), X,Y,Z (3 channels) " Pelvis CG tri-ax accels (endevco 7267a or equivalent), X,Y,Z (3 channels) There shall not be any CRUX sensor(s) The THOR ATD shall include the following: " Head assembly " Compressible foam face assembly " Neck assembly " Shoulder assembly " Thorax assembly " Spine assembly " Upper abdomen assembly " Lower abdomen assembly " Pelvic assembly " Femur assembly " Jacket and stiffeners " H-3 arms left and right " H-3 standard knees and lower extremities, left and right Base dummy accessories: " Neck shroud " Lower abdomen wedges " Abdomen front Velcro cover " Strain relief mesh - Tail " Nylon wire cover " Tilt sensor readout box Base documentation: " Thortest instrumentation analysis software and manual " Thor drawing package " Thor disassembly / assembly video " Thor biomechanical performance documentation " Instrumentation calibration sheets " Biomechanical calibration graphs Thor users manual hardcopy (vii) Delivery is required by 3 months ARO. Delivery shall be made to _US Army Research Laboratory, ATTN: Shipping and Receiving, 2800 Powder Mill Road Adelphi, MD 20783-1197. Acceptance shall be performed at the same address. The FOB point is destinat ion. (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: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Acceptability- The technical acceptability of the offer will be determined by evaluating the information about the offered product that is furnished by the vendor quote to confirm that it meets all of the specifications. The Government is not re sponsible for locating or securing any information which is not identified in the quote. 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 propo sed modifications and clearly mark any descriptive materials to show modifications. The Government will award a contract to the offeror whose offer conforms to this solicitation and is the lowest price to the Government. The Government reserves the right to make an award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (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 DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defe nse Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-6, FAR 52.219-6, 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 52.232-33, FAR 52.222-37 (xiii) The following additional contract requirement(s) or terms and conditions apply: DFARS 252-212-7001, the following DFARS clauses cited in this clause are applicable: DFARS 252-225-7012, DFAS 252.225-7014, DFARS 252.227-7015. A minimum one-year war ranty on parts and workmanship is required. Clauses and provisions can be obtained at http://www.arnet.gov (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NA. (xv) The following notes apply to this announcement: None. (xvi) Offers are due on April 13, 2006 by 24:00 hours, at US Army Research Laboratory, ATTN: Shipping and Receiving, 2800 Powder Mill Road Adelphi, MD 20783-1197. (xvii) For information regarding this solicitation, please contact Ms. Cayti Abbott at (301) 394-4348 or email cayti.kyle.abbott@arl.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01040100-W 20060505/060503220831 (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.