Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2010 FBO #3129
SOLICITATION NOTICE

66 -- ACCELEROMETERS FOR CRASH TEST DUMMIES - Attachments

Notice Date
6/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTNH22-10-Q-00096
 
Archive Date
7/27/2010
 
Point of Contact
Robin R Esser, Phone: (937)666-4511, Chelly Johnson-Jones, Phone: 202-366-1943
 
E-Mail Address
robin.esser@dot.gov, chelly.johnson-jones@dot.gov
(robin.esser@dot.gov, chelly.johnson-jones@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Blank 1449 to be used for Quotation Submission Drawing of required accelerometer. Includes minimum specifications. 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; quotations are being requested and a written solicitation will not be issued. Solicitation Number DTNH22-10-Q-00096 applies and is being issued as a Request for Quote (RFQ). It is the offeror's responsibility to be familiar with applicable clauses and provisions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41 (effective 13 May 2010). Competition for this requirement is "full and open." The NAICS Code is 334515. The initial award is anticipated to be a quantity of 40 accelerometers, delivered within 3 weeks of award. The accelerometers shall meet the following minimum specifications: 1)Minimally damped 2000 g accelerometer with circular cross section through seismic mass center; 2)1% transverse sensitivity; 3)30 ft white cable; 4)Calibration certificate is required; 5)For further details see attached drawing SA572-S4. The initial period of performance for this award will be 12 months, during which time additional quantities, up to 200 units, may be purchased. Two twenty-four month optional periods of performance will be included and exercised at the sole discretion of the government. Total period of performance is five (5) years. Additional quantities may be purchased during the optional periods at prices negotiated at time of award. Total quantity for 5 year term is not anticipated to exceed 1000 units. EVALUATION CRITERIA AND BASIS FOR AWARD The government may award a contract resulting from this RFQ to the responsible contractor whose quote, conforming to the RFQ will be most advantageous to the Government, price and other factors considered. This requirement will be awarded to the low price technically acceptable (LPTA) offeror for accelerometers. Technically acceptable means that specifications of the accelerometers quoted meet the minimum required specifications. For evaluation of Past Performance, the offeror must provide at least two references for contracts/purchase orders of similar products within the last three (3) years. Each reference must include customer's name and address, contact person, date of performance, telephone number and contract value. If the offeror has no Past Performance information, then it will be rated on its ability to meet the technical specification, delivery schedule, and on price. REQUIRED SUBMISSIONS: Quotations must contain the following: 1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; 2) Price - Unit price for accelerometers for the initial 12 month performance period; Unit price for accelerometers for the two (2) year optional performance periods. Quantity discounting shall be noted; 3) Detailed technical description of the accelerometers proposed. Any deviation from the stated specification shall be described in enough detail to allow evaluation of its ability to meet the stated requirement; 4)Proposed Delivery Schedule - for initial quantity (40) and standard estimated delivery for quantities up to 100 should be included for evaluation purposes; 5) Brief history of experience by the company in manufacturing this or other similar accelerometers;6) Warranty terms; 7) Name of and signature of an authorized company representative along with e-mail address, telephone and fax number; 8) All vendors must be registered in the Central Contractor Registry (CCR) at the time offers are received to be considered for award. Reference www.ccr.gov for details. Refusal to register shall forfeit award of a contract; 9) A completed copy of FAR 52.212-3 Offeror Representations and Certifications - Commercial Items must be submitted along with the Offeror's quote or Contractors may submit their online Representations and Certifications Application (ORCA) at the following government portal: http://orca.bpn.gov ; 10) 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. DUE DATE FOR SUBMISSION: Quotations are to be forwarded to Robin R. Esser, Contracting Officer at: Vehicle Research & Test Center, P.O. Box B-37, East Liberty, OH 43319 or quotes may be submitted via Fax: 937-666-3590 or e-mail: robin.esser@dot.gov. Quotations must be received no later than 2:00 PM ET on July 12, 2010. The anticipated award date is August 2, 2010. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. Once posted on this website, interested offerors are responsible for monitoring the website until the closing date for any issued amendments. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items - FAR 52.212-3 Offeror Representations and Certifications - FAR 52.212-4 Contract Terms and Conditions - Commercial Items apply FAR 52.217-3 Evaluation Exclusive of Options Under 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items, the following clauses are incorporated by reference: •· 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I •· 52.204-7 Central Contractor Registration •· 52.217-3 Evaluation Exclusive of Options •· 52.217-9 Option to Extend the Term of the Contract •· 52.222-19 Child Labor-Cooperation with Authorities and Remedies •· 52.222-26 Equal Opportunity •· 52.223-15 Energy Efficiency in Energy-Consuming Products •· 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act •· 52.225-13 Restriction on Certain Foreign Purchases •· 52.225-18 Place of manufacture •· 52.232-34, Payment by Electronic Funds Transfer- Other than Central Contractor Registration •· 52.233-4 Applicable Law for Breach of Contract Claim •· 52.247-34, F.O.B. Destination. Full text of the clauses may be accessed electronically at the internet site http://www.arnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-10-Q-00096/listing.html)
 
Place of Performance
Address: U. S. Department of Transportation, National Highway Traffic Safety Administration, Vehicle Research & Test Center, East Liberty, Ohio, 43319, United States
Zip Code: 43319
 
Record
SN02181303-W 20100619/100618000122-85b4b042584a4f55d8da0cf0f71d1227 (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.