Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

A -- Auto Leveling System

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W91A2K01659020
 
Response Due
9/12/2010
 
Archive Date
11/11/2010
 
Point of Contact
Steven Streeter, 508-314-7793
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(steve.streeter@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number: W91A2K01659020 Notice Type: Combined Synopsis/Solicitation Synopsis: 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; proposals are being requested and a written solicitation will not be issued. (i) INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in combination with Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) SOLICITATION TYPE: This solicitation, numbered W91A2K01659020, is issued as a Request for Quote (RFQ). (iii) CURRENTNESS: The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. (iv) SET ASIDE: This acquisition is full and open. Should enough small businesses bid, this will be 100% set aside for small business under NAICS 541330. (v) REQUIRED ITEMS: The government requires the following: Scope of Work 1. General: 1.1. Reference: 1.1.1. ASTM Standards: E 1925 Specification for Engineering and Design Criteria for Rigid Wall Relocatable Structures 1.2. Currently the ISO shelter is leveled by using manual hand jacks and human eye. This procedure is timely and requires at least two or more people to level the shelter. This effort will automate the process, thus reducing setup and teardown time for the operator. The contractor shall provide a system which shall be capable of being retrofitted on existing shelters and meet the following characteristics: 2. Overall System Requirements: 2.1. The system shall be electrically operated and driven without the use of hydraulic or pneumatic subsystems. 2.2. The system shall not exceed a cost of $15,000 in a production run of 100 150 systems. A system is defined as four (4) each ISO lifting jacks which meet the requirements as stated in paragraph 4 and electronics package which meets the requirements as stated in paragraph 3. 2.3. The system shall be kitted to facilitate installation at a Depot Level Maintenance facility and the contractor shall provide an installation and operators manual in contractor format. 2.4. The contractor shall use military connectors to as great an extent possible. However, if military connectors are unavailable, not applicable or a commercial equivalent is available at a lower cost and meets the government requirements, the contractor shall obtain written permission from the Government to deviate from this requirement on a case by case basis. 2.5. Environment specifications: 2.5.1. The system shall be fully functional within the temperature range of -40 to +120 degrees Fahrenheit. Supplemental heat source and manual means to facilitate raise/lower system at the extreme cold temperatures may be implemented. 2.5.2. The system shall be fully functional in all external ambient environmental conditions including, but not limited to: ice buildup, high/low humidity, marine corrosion, blowing sand, sunshine, and fungus as stated in ASTM E1925, paragraphs 7.9, 7.12, 7.13, 7.18, 7.19, and 7.21. 2.6. The system shall be lightweight with a maximum component weight of 50 2 lbs per jack. 2.7. Ease of operation: 2.7.1. Erect: 2.7.1.1. The system shall allow a four man crew can assemble and attach each jack and be ready for leveling operation within 2 minutes. 2.7.1.2. The system shall fully extend two feet within 180 seconds while maintaining a smooth and steady motion. 2.7.2. Strike: 2.7.2.1. The system shall fully retract two feet within 180 seconds while maintaining a smooth and steady motion. 2.7.2.2. The system shall allow a 4 man crew can detach and disassemble each jack and be ready for storage within 2 minutes. 2.8. The operator shall change the shelter height (raise or lower) directly from an established level position to a new level position without having to reset to the minimal height in-between repositioning. 2.9. The total system shall have a maximum weight of 200-225 lbs. The total system weight includes the jacks, cabling and motor control electronics. 2.10. The system shall tolerate shelter transit and transit tests by air, ground, and rail, as declared in ASTM E1925, paragraphs 7.1, 7.2, and 7.3, while stowed for shipment. 2.11. The contractor shall refrain from using any toxic materials as stated in ASTM E1925, paragraph 4.4. 2.12. The contractor shall use fire resistant materials as declared in ASTM E1925, paragraph 7.20. 2.13. The contractor shall abide by the Human Engineering and Safety standard as described in ASTM E1925, paragraph 6.9. 2.14. The contractor shall design all seals within the system to be weather resistant as stated in ASTM E1925, paragraph 7.6. 2.15. The system shall be able to level a shelter when the shelter is placed on a grade which has a two foot height differential between any two ISO corner blocks. 2.16. The system shall stabilize at a minimal distance of two and a half (2.5) to six (6) inches, measurable at the highest elevation beneath the shelter. 3. The Electronic Requirements: 3.1. The system shall incorporate the following modes into the system: Auto Level Mode, Level Monitor Mode, Shipping Mode, and Off Mode. 3.1.1. Auto Level mode: The system shall level at the operators designated height and will remain at this height until further notice or the system is switched to Off Mode as defined in paragraph 3.2.4. 3.1.2. Level Monitor mode: The system shall level to operators designated height and continuously evaluate the shelters position. If the shelters change in elevation between any two jacks is altered by 0.5 degree or more the system will notify the operator that the shelter is out of level and indicate which jack needs to be readjusted via a visual indicator and will self level once the operator reactivates the system. The system shall not be capable of retracting in this mode 3.1.3. Shipping mode: The system shall completely retract for shipment. 3.1.4. Off mode: The system shall stabilize at its current position and all electrical components shall power down. 3.2. Indicators 3.2.1. The system shall have a warning light when shelter is out of level by more than 0.5 degree between any two jacks. 3.3. The contractor shall create a compact design for easy mounting and location of all components: control box, inclinometer, cabling, motors, and jack body. 3.4. The system shall possess a handheld pendant for to allow operation while standing outside the shelter. 3.5. The system shall provide supplemental visual monitors (e.g., inclinometers) to provide a secondary indicator that the shelter is level. The inclinometer is to be locatable in an easily accessible and visible position. 3.6. The system shall accept both a 24 VDC and a 110 VAC power source. 3.7. The system shall enable the user to select between a 24 VDC or a 110 VAC power source to operate the system. 3.8. The electronics shall be housed in NEMA 4 shielded enclosures. 3.9. The cabling shall be shielded. 4. The ISO Leveling Jacks Requirements: 4.1. The jacks shall conform to the current manual jack design form factor to facilitate ease of use and storage (See attached drawings). This allows the jack to use the current H-clip, current corner fittings, and the existing storage racks. Although the exact overall dimensions can change to facilitate motors, different types of screw mechanisms and other components, the use of the lower ISO Corner blocks and the H-clip on the side of the shelter dictate two of the critical dimensions and the overall height when completely retracted cannot be significantly taller than the manual jack. 4.2. The jack shall not interfere with the use of the shelters lower cam lock handle which secures and releases the folding floor panel. 4.3. Each individual ISO leveling jack shall be capable of supporting 10,000 lbs with a safety factor of 2.0. This is a static load that must be held indefinitely. 4.4. The ISO leveling jack shall be capable of manual operation in the event of an electrical outage. 4.5. If a lead screw is used the contractor shall use a low friction corrosion resistant coating to minimize or eliminate the use of grease while avoiding dissimilar materials to prevent galvanic corrosion as stated in ASTM E1925, paragraphs 4.2, and 4.3. 4.6. If a ball screw is used, it shall be protected from infiltration by dirt and moisture. 4.7. The ISO leveling jack shall not automatically retract in the event of a system failure or electrical outage. 4.8. The contractor shall design jack base plates for load bearing support due to soft soil conditions. 4.9. Upon set-up the ISO Leveling Jack shall retract such that the center of the jack fitting is below the center of the corner fitting hole on a level surface. This allows the jack fitting to fit inside the corner fitting hole when the fitting is slightly below ground level. 5. Base Performance: 5.1. The contractor shall provide 2 systems for verification and safety testing. 6. Option: 6.1. Upon successful completion of the verification test and obtaining a Safety Release, the contractor shall fabricate and deliver in accordance with the following schedule, pending availability of funding: 6.1.1. Quantities 5-50 7. Government Furnished Equipment: None (vii) DELIVERY All of the items described above shall be delivered FOB U.S. Army Natick Soldier RD&E Center, ATTN: RDNS-STC, Natick, MA 01760-5000 All items listed above shall be delivered and installed no later than 2 January 2011. (viii) QUOTE INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference into this RFQ. Each Item shall be priced inclusive of shipping and, where applicable, installation charges. Vendor shall provide the terms of each quoted items standard commercial warranty. Vendor shall include the date by which the items listed above will be delivered and installed. (ix) EVALUATION OF QUOTES: The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. Quotes will be evaluated on the following factors: Technical capability of the quoted item to meet the Governments requirement; Delivery/Installation schedule; and Price. The factors are listed in descending order of importance, and the non-price factors, when combined, are significantly more important than price. The Government intends to use a trade off process to determine which quote offers the best value; therefore, Vendors are cautioned that a contract may not necessarily be made to the lowest priced quote. (x) REPS & CERTS: Vendors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quotes. (xi) STANDARD TERMS & CONDITIONS: The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. (xii) STANDARD TERMS & CONDITIONS: The clause at 52.212-5 DEVIATION, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items DEVIATION, applies to this acquisition and is incorporated by reference into this solicitation. (xiii) ADDITIONAL TERMS & CONDITIONS: The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference: 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2008 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Dec 2008) (Deviation) 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-50 Combating Trafficking in Persons AUG 2007 52.222-54 Employment Eligibility Verification SEP 200952.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.229-4 Federal, State, And Local Taxes (State and Local Adjustments) APR 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.242-13 Bankruptcy JUL 1995 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jan 2009) (Deviation) 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities DEC 2008 252.225-7013 Duty-Free Entry OCT 2006 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.246-7000 Material Inspection And Receiving Report MAR 2008 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Http://farsite.hill.af.mil/farsite_alt.html (xiv) SUBMISSION OF QUOTES: Quotes shall be submitted electronically to steve.streeter via steve.streeter@us.army.mil. All quotes shall be submitted before noon Eastern time on 12 September 2010. (xv) QUESTIONS: Anyone with questions about this acquisition may contact the contract specialist, Steve Streeter, by email only at steve.streeter@us.army.mil. Additional Info: US Army RDECOM CC Natick Contracting Division Contracting Office Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011 Place of Performance: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: CCRD-NA, Natick Contracting Division, Building 1, Kansas Street Natick MA 01760-5011 US Point of Contact(s): Steve Streeter, 508-314-7793 RDECOM Contracting Center - Natick R&D (RDECOM-CC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a3364de78e72cf6aff144671892f194)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02239723-W 20100814/100813000645-3a3364de78e72cf6aff144671892f194 (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.