Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2006 FBO #1669
SOLICITATION NOTICE

66 -- Shock Machine

Notice Date
6/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-06-T-0010
 
Response Due
7/10/2006
 
Archive Date
9/8/2006
 
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 in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. Class Code: 66 2. NAICS Code: 541380 3. Subject: Shock Machine 4. Solicitation Number: W911QX-06-T-0010 5. Set-Aside Code: 1 6. Response Date: 07/10/2006 7. Place of Performance: US Army Research, Development and Engineering Command Army Research Laboratory 2800 Powder Mill Road Adelphi, MD 20783-1197 (i) The solicitation number is W911QX-06-T-0010. This acquisition is issued as a Request for Quotation. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. (iii) This acquisition is set-aside for 100% small business concerns. The associated NAICS code is 541380. The small business size standard is 500. (iv) 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 Shock Machine Qty: 1, each; CLIN 0002 On-Site Installation and Training Qty: 1, each. (v) Description of requirements: General description of system: Specifications for a Shock Machine as follows: C.0 The machine shall: C.1.1 Be free fall type. C.1.2 Accommodate test specimen height up to 57 inches. C.1.3 Support specimen weight up to 500 pounds. C.1.4 Produce velocity change of 36 feet per second with payload of 270 pounds. C.1.5 Produce pulses 30g, 20 milliseconds, and 350g, 5 milliseconds with 270 pounds test specimen. C.1.6 Operate under a 20-foot ceiling. C.1.7 Not recess into floor. C.1.8 Include shock-isolated seismic base to protect the floor and surrounding structures, thus eliminating the need for a reinforced concrete foundation. C.1.9 Include a shock machine controller with drop height adjustment. C.1.10 Be equipped with pneumatic rebound brakes. C.1.11 Include an automatic hoist system for raising the shock table. C.1.12 Produce maximum table acceleration of 800g for 2 milliseconds. C.1.13 Include safety interlocks. C.2.0 C.2.1 The machine utilities shall be limited to 240V, 100 psi air lines and standard 2000 psi nitrogen bottles. C.2.2 The table dimensions shall be greater than 25 inches square. C.2.3 The contractor shall provide installation of equipment. C.2.4 The contractor shall perform a demonstration of paragraphs (C.1.4; C.1.5; C.1.12 and C.1.13) at time of installation. C.2.5 Training to be performed at the Army Research Laboratory, 2800 Powder Mill Road, Building 203, Adelphi, MD 20783 of up to four operators at the time of installation to include system operation, test set-up, data acquisition, safety maintenance and c alibration requirements. Acceptance/Training: The Contractor shall confirm that the equipment is fully operational, after installation of the machine. The Contractor shall train up to four (4) ARL employees in the basic operation of the system, emphasizing personnel safety and h ow to minimize damage to or unnecessary degradation of the machine through improper operation. (vi) Delivery is required by 15 Aug 06 and assembly, functional verification and training of ARL employees accomplished by 15 Aug 06. Delivery shall be made to the Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783-1197. Acceptance shal l be performed at ARL, Adelphi, MD by an authorized Government Representative. The FOB point is Destination. (vii) The following provisions and FAR/DFAR clauses can be obtained at http://www.arl.army.mil/contracts/opport.htm, http://farsite.hill.af.mil/VFFAR1.htm, or http://farsite.hill.af.mil/VFDFARa.htm . (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific best value evaluation criteria to be included in paragraph (a) of that provision are as follows: 1) The ability of the proposed product to meet the salient characteristics as described in paragraph (v) above. Submit the company name of the manufacturer and provide a point of contact and telephone number: and 2) Total Price. (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. These clau ses can be obtained at http://www.arl.army.mil/contracts/opport.htm. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (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 Defen se Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 2 52.225-7001, 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4408, 52.005-4401, 52.032-4418, 52.045-4400. (xiv) The following notes apply to this announcement: Note 1. (xv) Offers are due on 10 Jul 06, by 3:00 pm, Eastern Standard time, via email to twilson@arl.army.mil. For information regarding this solicitation, please contact Theresa Wilson , Contract Specialist, 301-394-4229, twilson@arl.army.mil. Please comment on our service at http://res-ac.apgea.army.mil/restricted/survey.html
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC-AC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01073859-W 20060622/060620220809 (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.