Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOLICITATION NOTICE

38 -- Proximity Warning System

Notice Date
6/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Spokane Research Laboratory, 315 East Montgomery Avenenue, Spokane, WA, 99207
 
ZIP Code
99207
 
Solicitation Number
2006-Q-08633
 
Response Due
6/15/2006
 
Archive Date
6/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued as a small business set-aside under Request for Quotation No. 2006-Q-08633. The NAICS is 335999 with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-9. The National Institute for Occupational Safety and Health (NIOSH), Spokane, WA has a requirement for a proximity warning system. Project Identification and Purpose. Background and Need Construction workers are at risk of fatal and serious nonfatal injuries when working on foot near construction vehicles (e.g., dump trucks) and equipment (e.g., graders, wheeled loaders, and excavators). Between 1992 and 1998, excluding collisions between vehicles and single-vehicle crashes, 818 construction workers were killed in incidents involving construction equipment and trucks. Of these, 703 deaths were due to a worker on foot being struck by the vehicle (437 deaths), or to being caught between vehicles or caught in or pinned by a vehicle (266 deaths). The types of vehicles and equipment most often involved in these incidents were dump trucks (176), semi-trucks (86), backhoes (71), pickup trucks (61), loaders (58), and graders, levelers, planers, and scrapers (34). NIOSH recently published an analysis of fatal injuries in the highway and street construction industry (Pratt et al. 2001). From 1992-1998, approximately 150 workers were killed when struck by construction vehicles or equipment while working within the confines of a roadway work zone. Trucks were the predominant source of injury in these fatalities, accounting for 61%, with machinery accounting for another 30%. The primary type of truck involved was dump trucks (45% of trucks). Road grading and surfacing machines were the primary types of equipment involved, followed by excavating machinery and loaders. Proximity warning systems and visibility aids can provide an equipment operator with information about obstacles in the blind areas of the equipment. Tests of existing proximity warning systems have shown a need for a new system that addresses the specific requirements of equipment in construction work zones. Existing systems based on radar, ultrasonic, and infrared sensors have one or more of the following limitations: 1) high false and nuisance alarm rates; 2) inadequate detection zones; 3) no warning provided to a worker on foot. 4) Oversized packaging that is too large for the available mounting locations; or 5) unreliable operation in the harsh environmental conditions found on construction sites. A new system is needed that addresses the specific needs of construction equipment and of construction workers. The system must be applicable to dump trucks and other types of equipment, such as small to medium-sized earth moving machinery, e.g. road graders, wheeled loaders. REQUIREMENTS The following will be required: 1. The system shall only generate alarms at the PAD and at the cab alarm display when the vehicle is in reverse. An input terminal or common connector must be available on the cab display box to connect a 12Vdc signal (provided by the vehicle) that is on when in reverse and off when in any other gear. 2. Audible alarms at the PAD must be modified so they are distinguishable from other alarms on a construction site. They must be heard above background noise typical of construction sites (other vehicle backup alarms, engine noise, etc.). A vibrating alarm similar to a cellular phone vibrator is to be added internally with the ability to turn this option off. 3. The PAD alarm zones must provide graded alarms in the following manner (distances are approximate): ? 0-8ft from vehicle: continuous tone and vibration (if selected) at PAD, and continuous tone at cab alarm. ? 8-15ft from vehicle: pulsed tone and no vibration at PAD, and pulsed tone at cab alarm. (A periodic series of three fast pulses for both the PAD and cab alarm would be distinguishable from other noises.) 4. The cab alarm display must be modified as follows: ? Provide one small green LED to indicate that the system is on (preferably in the upper left corner of the display box). ? Change visual alarms to one large red LED and one large yellow LED that indicate the detection of a PAD in the following manner: Yellow LED lit when PAD is within 8-15ft, and red LED lit when PAD is within 0-8ft. ? If multiple PADs are detected the audible and visual cab alarm display must present information on the closest PAD. ? An internal volume control is to be added for the audible alarm. ? The size of the cab alarm box should be as small as possible ? it will be mounted on the dash to the left of the steering wheel if possible. Alternatively, a small remote alarm box containing the LEDs could be connected by wire to a larger control box. 5. A 12V output signal must be available at the cab display box that is activated when a PAD is detected in any detection zone (0-15ft). This signal will be used to trigger a VCR when an alarm is activated in the cab. Connection can be made either on an external terminal strip or using a common plug-type connector. 6. The PAD and battery must be packaged in a single enclosure. The battery must provide power to operate the PAD for 10 hours. The enclosure must be made as small as possible, no larger than 1.5 x 3.5 x 5 inches (it will be attached to a worker?s belt or put in a vest pocket). The battery must be rechargeable (maximum charge time 12 hours). There is no IS or XP requirement for this application. 7. The PAD must have some visible indication that is it working. A green or blue LED when powered on is acceptable. Low battery power should be indicated by a periodic double beep. 8. After the modifications are made, two systems and two PADs will be sent to the Spokane Research Laboratory for preliminary tests. After NIOSH engineers review and approve the modifications, seven (7) complete proximity warning systems will be delivered as follows: ? Proximity warning system for vehicles consisting of cabling, field generator, cab alarm display - Quantity 7 each. ? Personnel tags or PADs, with batteries ? Quantity 20 each. ? Charging system for 20 PADs ? Quantity depends on battery capacity. (specify quantity required). A field engineer from the vendor will be required to help install systems and troubleshoot at the construction test site for at least a portion of the test period. Two travel days and four work days will be required. The estimate can be based on travel to Spokane, WA as the test site will likely be near that location. Exact date will be determined later. Deliverables and Schedule 1. Two complete systems and two PADs for preliminary acceptance test ? due 65 days after contract award (NIOSH engineers will test within 2 days). 2. Delivery of final proximity warning systems, PADs, and charging systems ? due 80 days after contract award. 3. Field test support at construction site ? date to be determined, but will occur between system delivery date and December of 2006. Deliverables will be sent to: NIOSH/CDC Spokane Research Laboratory 315 East Montgomery Avenue Spokane, WA 9920. Period of Performance The contract period shall extend 80 days from the contract award date (approximately June 17, 2006 to September 1, 2006). EVALUATION: Proposals will be evaluated in accordance with applicable acquisition policies and procedures. Offers will be evaluated to determine technical compliance with the stated specification and objectives.. The Simplified Acquisition Procedures of FAR Parts 12 and 13 apply. The relative importance of cost is secondary to the technical proposal. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quote conforming to this solicitation is considered most advantageous to the Government, price and other factors considered. Failure to provide sufficient information to demonstrate compliance with all requirements included herein may result in rejection of your offer. General Information: All prices shall be F.O.B. Destination. Offers will be evaluated to determine technical compliance with specification. The following Federal Acquisition Regulation (FAR) Clauses and Provisions Apply to this Acquisition: 52.212-1, Instruction to Offerors-Commercial Items (Jan 2005). 52.212-2 Evaluation ? Commercial Items (Jan 1999). 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003). 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jul 2005); 52.233-3 Protest After Award; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52-222-37 Employment 52.225-1 Buy American Act-Supplies; 52.232-29 Terms for Financing of Purchases of Commercial Items; 52.232-30 Installment Payments for Commercial Items; 52.232-33 Payment by Electronic Funds Transfer -Central Contractor Registration. Full text of clauses available at http://www.arnet.gov. All perspective contractors must be registered in the Central Contractors Registration - www.ccr.gov - to receive award. OFFERS ARE DUE June 15, 3:00 P.M. local prevailing time. The following information must be submitted with all quotations. (1) Original and one copy of a completed SF 1449 or , signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (proposal); (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3 (July 2002); (4) technical discussion which clearly demonstrates compliance with the stated specifications (for evaluation purposes); and (5) acknowledgment of solicitation amendments, if any. Facsimile or electronic offers are NOT authorized. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. All quotes must include a specified expiration time for the quote (60 days desired). Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Information referenced in this notice may be obtained from Denise Rains, 509-354-8111 or . Submit written quote to, Denise Rains, CDC, NIOSH, 315 East Montgomery Avenue, Spokane, WA 99207 or email DRains@cdc.gov, REF: Solicitation (Our ICE RFQ number), All responsible sources may submit a response, which shall be considered by the Agency.
 
Place of Performance
Address: 315 East Montgomery Avenue, Spokane, WA
Zip Code: 99207
Country: USA
 
Record
SN01063974-W 20060609/060607220849 (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.