Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2008 FBO #2293
SOLICITATION NOTICE

99 -- Drop Tester, Vibration/Transportation Simulator and Data Acquisition Control Stn

Notice Date
3/5/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-08-T-0246
 
Response Due
3/28/2008
 
Archive Date
4/27/2008
 
Point of Contact
TERESA LEAP, Contract Specialist, (973)724-4672
 
E-Mail Address
Email your questions to TERESA LEAP
(teresa.michelle.leap@us.army.mil)
 
Description
This is a streamlined 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 Request for Quotation (RFQ), W15QKN-08-T-0246 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A quotation is hereby requested. The solicitation document and incorporated provisions/clauses are those in effect on 12/26/07 through Federal Acquisition Circular 2005-23. NAICS Code 541380, Size Std. $11M; NAICS Code 334519, Size Std. 500 Employees Item 0001 Qty 1 Unit Price $__________ Amount $_________ Description - 1 each Drop Tester shall have the following: Payload capacity of up to 500lbs.; capable to lift a test subject up to 8??? for a drop; adjustable drop carriage that is capable of dropping a package up to 30??? in depth and unlimited height and width; 6??? x 6??? ASTM approved steel impact plate; use a single hoist configuration for operation ease ??? dual host configurations not acceptable. Item 0002 Qty 1 Unit Price $__________ Amount $_________ Description ??? 1 each Vibration/Transportation Simulator shall consist of the following: Payload capacity of up to 2,000 lbs.; minimum table size of 60??? x 60???; steel plate surface; adjustable package restraint feature to prevent the package from falling off during testing; 1??? displacement; capable of a circular synchronous and a vertical linear motion; adjustable test frequency capable of 2 ??? 5 Hz Item 0003 Qty 1 Unit Price $___________ Amount $_________ Description ??? 1 each Data Acquisition Control Station shall include the following: Shall work in conjunction with above two (2) items and shall meet the requirements as delineated below: computer system shall include Windows XP as the operating system and the proper hardware (i.e. processor, hard drive, memory) to run data analysis software; shall have a minimum Intel Core 2 Duo processor, 200 GB hard drive and 2GB of memory; include Windows based software that is capable of performing drop/shock and vibration acquisition and analysis; software CD and license shall be included; drop/shock and vibration analysis shall be capable of reading Peak G forces and also provide vibration waveforms; include accelerometers and cables required to read a minimum of nine (9) channels of data for drop tests; include at least a 17??? monitor Item 0004 Installation Unit Price $ _________ Amount $_________ Item 0005 Training Services Unit Price $__________ Amount $_________ A training seminar and demonstration shall begin within four (4) weeks of the installation for eight (8) people. A detailed installation and training schedule shall be developed between the Government Contracting Officer Representative (COR) and Contractor after award. Item 0006 Unit Price $_________ Amount $_________ Maintenance & Calibration ??? The contractor shall include a preventative maintenance and calibration service for a 5-year period for all machinery included in this procurement. TOTAL PROPOSED PRICE $________________ Terms: FOB Destination Inspection and acceptance shall be performed by the Government Contracting Officer???s Representative (COR) at ARDEC, Picatinny Arsenal, NJ 07806-5000, via a DD Form 250. The following Federal Acquisition Regulation (FAR) and Defense FAR (DFAR) Provisions/Clauses are applicable and are incorporated by reference: FAR: 52.212-1, 2, 3 Alt I, 4 & 5, 52.222-19, 21, 22 & 26, 52.225-13, 52.232-33 and 52.252-2 DFAR: 252.201-7000, 252.204-7004, 252.212-7001, 252.225-7000, 7001 and 7002 ARDEC 25, Commercial Packaging The Government intends to evaluate and award without discussion. However, the right to do so is reserved. Evaluation Criteria: 1. Basis for Award Contract award will be made on the basis of Technical, and Price. The Government plans award of a single contract as a result of this solicitation. The evaluation of proposals shall be conducted on a source selection basis utilizing a "Technically acceptable, Low Price" process to obtain the best value to the Government. Selection of an offeror for award will be based on an evaluation of proposals in the Areas of Technical, and Price. Selection of the successful offeror shall be made following an assessment of each proposal against the solicitation requirements and the criteria below. The criteria contained herein shall be used to evaluate and assess the information provided by the offerors in response to the information called for in the proposal submission instructions. The Government will evaluate each proposal strictly in accordance with its content and will not assume that performance will include areas not specified in the offeror???s proposal. 2. Rejection of Offers: The Government may reject any proposal which merely offers to perform work according to the RFQ terms or fails to present more than a statement indicating its capability to comply with the RFQ terms without support and elaboration. Fails to meaningfully respond to the Proposal Preparation Instructions. 3. Responsibility: Pursuant to FAR 9.103, Contracts will only be placed with contractors that the contracting officer determines to be responsible. Offerors must be able to demonstrate that they meet the standards of responsibility set forth in FAR 9.104. The Government reserves the right to reject an offer that does not meet the standards for responsibility. 4. Evaluation Criteria: a. The award of a contract will be made to that responsible offeror whose proposal offers the greatest value based on the evaluation of the following Areas: (1) Technical (2) Price Relative Order of Importance: The Technical Area is an Acceptable or Unacceptable rating. Price will be evaluated for reasonableness in accordance with FAR 15.404(b). Price of all items will be added together to achieve one overall Price. Price is not scored. The Government plans award of a single contract as a result of this solicitation. The evaluation of proposals shall be conducted on a source selection basis utilizing a "Technically acceptable, Low Price" process to obtain the best value to the Government. Selection of an offeror for award will be based on an evaluation of proposals in the Areas of Technical, and Price. b. Evaluation of Proposal Areas will be performed as follows: (1) Technical: The offerors technical portion of the proposal will be rated acceptable or unacceptable based on assessment to the stated minimum requirements. Proposals shall be so categorized as Acceptable or Unacceptable. These items are deemed critical to meet the Government???s requirement. Any one of these requirements being rated Unacceptable, in any one area, and the proposal will not be considered any further. Minimum requirements: Drop Tester 1. shall have a payload capacity of up to 500 lbs. 2. shall be capable to lift a test subject up to 8ft for a drop. 3. shall have an adjustable drop carriage that is capable of dropping a package up to 30???in depth and unlimited height and width. 4. shall have a 6??? x 6??? ASTM approved steel impact plate. 5. drop tester shall use a single hoist configuration for operation ease. Dual hoist configurations not acceptable. Vibration/Transportation Simulator 1. shall have a payload capacity of up to 2000 lbs. 2. shall have a minimum table size of 60??? x 60???. 3. shall have a steel plate surface. 4. shall have an adjustable package restraint feature to prevent the package from falling off during testing. 5. shall have a 1??? displacement 6. shall be capable of a circular synchronous and a vertical linear motion. 7. shall have an adjustable test frequency capable of 2-5 Hz. Data Acquisition Control Station A Data Acquisition Control Station shall be included in this procurement and shall work in conjunction with items 3.1 and 3.2. The system shall meet the following requirements: 1. the computer system shall include Windows XP as the operating system and the proper hardware (i.e. processor, hard drive, memory) to run data analysis software. (Shall have a minimum Intel Core 2 Duo processor, 200 GB hard drive and 2GB of memory. 2. shall include a windows based software that is capable of performing drop/shock and vibration acquisition and analysis. A software CD and license shall be included. 3. drop/shock and vibration analysis shall be capable of reading Peak G 4. shall include accelerometers and cables required to read a minimum of 9 channels of data for drop tests. 5. shall include at least a 17??? monitor. (2) Price: The price area will not receive a rating. Price of all extended Line Items 0001 ??? 0004 will be added together to achieve one overall Price. After determining which offers are technically acceptable, due consideration will be given to the relative order of importance set forth herein. The Government plans award of a single contract as a result of this solicitation. The evaluation of proposals shall be conducted on a source selection basis utilizing a "Technically acceptable, Low Price" process to obtain the best value to the Government. Selection of an offeror for award will be based on an evaluation of proposals in the Areas of Technical, and Price. Since it is the Governments intent to award a contract without discussions, offerors are urged to ensure that their proposals are submitted on the most favorable terms in order to reflect their best possible potential, since less than the best potential could result in exclusion of the proposal for further consideration. Notice of award, Std Form 1449, shall result in a binding contract without further action by either party. Warranty requirements shall be consistent with customary commercial practice(s). This purchase order will be rated C9E under the DPAS (15 CFR 700). Notify Government receiving personnel, Phone (973) 724-4234/3384, prior to shipment date to avoid delay in off-loading. Deliver drop tester, vibration/transportation simulator and data acquisition control station within 14 weeks of contract award. Deliveries shall be made to ARDEC, Picatinny Arsenal, NJ via truck entrance through the scale house, between 7:30 AM ??? 2PM, Monday through Thursday, excluding Holidays. Installation shall be provided within four (4) weeks of delivery. The successful offeror shall be registered in the Central Contractor Registration (CCR) in order to be awarded a contract as a result of this synopsis/solicitation. http://www.ccr.gov/ Point of Contact: Ms. Teresa Leap, (973) 724-4672 Send offers via electronic mail to teresa.michelle.leap@us.army.mil on or before 21 March 2008. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror. Contractor shall furnish quotes or published price lists obtained from subcontractor(s)/vendor(s) to the Government with his/her offer and certifications. Offeror shall complete a copy of FAR 52.212-3 and return it with his/her offer (to be forwarded under separate cover and based upon request by contractor only).
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-08-T-0246)
 
Record
SN01524876-W 20080307/080305224758 (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.