Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
MODIFICATION

66 -- Large Force Electodynamic Vibration Test System

Notice Date
8/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
White Sands Missile Range DOC, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-T-SHAKERSYSTEM
 
Response Due
8/20/2010
 
Archive Date
10/19/2010
 
Point of Contact
Monica E. Barrera, 575-678-1371
 
E-Mail Address
White Sands Missile Range DOC
(monica.e.barrera@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS MODIFICATION IS TO CORRECT THE RESPONSE DATE FOR THE Synopsis/Solicitation for Large Force Electrodynamic Vibration Test System. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation is issued as a Request for Proposals (RFP) and the reference number is W9124Q-T-SHAKERSYSTEM. THE RESPONSE DATE FOR RECEIPT OF PROPOSALS IS: AUGUST 20, 2010, 11:59 PM, MST. The Applied Environmental Effects Division at White Sands Missile Range has a requirement to purchase a Large Force Electrodynamic Vibration Test System. A full detailed description of the specifications is attached to this solicitation for CLINS 0001, 0002, and 0003 (see Attachment A, Purchase Description). The Government intends to award a firm fixed price contract resulting from this solicitation to the responsible offeror having the BEST VALUE for the Government and conforms to the solicitation requirements. This procurement is being issued as a total small business set-aside under the NAICS Code 334515 and a small business size standard of 500 employees. The items needed are as follows: CLIN 0001: Quantity 1 system, Power Amplifier, Field coil Power Supply, Heat Exchanger System, Remote Controls and Interconnecting Cables/Hoses. CLIN 0002: OPTION: Quantity 1 each, Electrodynamic Exciter with Integrated System Base including Slip Tables, Slip Table Hydraulic Power Supplies, Armature Positioning System, Exciter air cooling blower and interconnection cable and ducts. CLIN 0003: OPTION: Quantity 1 each, Guided Head Expander. Best Value Determination The government intends to award a Firm-Fixed price contract for the Large Force Electrodynamic Vibration Test System as set forth in this solicitation to the Offerors whose proposals are determined by the Government to represent the best value to the government. In determining which proposals are deemed to offer the best value, the Government will evaluate the quality and acceptability, strengths and weaknesses of the technical proposals, past performance, and the relative value of the cost proposals with due consideration. (1). Technical Acceptability--Each proposal will be evaluated to determine if the proposal Meets, Exceed, or Does Not Meet all of the technical requirements as defined and specified in the purchase description. Technical Capacity is significantly more important than Past Performance. While the Price will be an important part of the integrated selection decision, the non-Price evaluation factors (technical and past performance) are significantly more important than the Price factor. However, Price will become increasingly important as proposal evaluations for non-Price factors become more equal. (2). Past Performance--Assessments will be based on all available Performance data relative to all Large Force Electrodynamic Vibration Test System projects, public and private, for the last 4 years to include cost, schedule adherence, and quality of product data to determine if the offeror has previously successfully provided systems that are similar in scope and capability to the system specified in this purchase description. The Offeror's past performance information shall also include a point of contact person's name, business name, business address, phone number, email address, and contract number and date for which items were provided. (3). Price--The government will evaluate each offeror's pricing proposal to confirm that the offeror's proposed firm-fixed price for the performance of the SOW identified in the technical volume of the offeror's proposal does not exceed the maximum possible award price. The contracting officer shall consider the reasonableness of the offeror's proposed price by reviewing the pricing data submitted by the offeror in response to the solicitation and comparing such pricing data against the offeror's technical proposal. Written proposals are required (oral offers will not be accepted). Proposals shall include sufficient product descriptive literature to validate a complete technical review. Proposals that do not include sufficient technical information will be considered non-responsive and will not be considered further for award. Sufficient is determined by meeting all and every aspect of the purchase description. The Offeror must quote on an all or none basis. The Offeror's proposal must be valid for six months. Proposals must include CAGE Code, DUNS, Tax Identification Number, FOB Destination, and Discount Terms. Availability and how long it will take to effect shipment, delivery and installation of equipment. To receive an award resulting from this RFP, Offerors shall be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3, and 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items (ORCA) at website http://www.bpn.gov/orca. All Offerors shall be registered in CCR and ORCA prior to proposal submittal. The following clauses and provisions are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Para c of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Requests. Clauses incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), including: 52.203-6, 52.217-7, Option for Increased Quantity - Separately Priced Line Item; 52.219-4, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13; FAR; FAR 52.252-2, Clauses Incorporated By Reference; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), including: 52.203-3, 252.203-7000, 252.205-7000, 252.211-7003, 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.243-7002, 252.247-7023; DFARS 252.212-7000, Offeror representations and certifications-Commercial items. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov. Offers must be received no later than Friday, August 20, 2010 at 11:59 P.M. (MST) at the MICC-WSMR DOC, Bldg 143, 2nd Floor, Crozier St, WSMR, NM 88002. Offers may be sent by mail, fax, or electronically. The Point of Contact for this solicitation is Monica Barrera, monica.e.barrera@us.army.mil. Phone: 575-678-1371. Fax number is 575-678-4975.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b7987b19c431278a90557bc4321e1fd9)
 
Place of Performance
Address: White Sands Missile Range DOC Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
 
Record
SN02234090-W 20100811/100809235517-b7987b19c431278a90557bc4321e1fd9 (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.