SOLICITATION NOTICE
66 -- Engine Exhauast Emissions Measurement Bench
- Notice Date
- 3/9/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- RDECOM Contracting Center - Adelphi (RDECOM-CC), ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX11T0061
- Response Due
- 3/18/2011
- Archive Date
- 5/17/2011
- Point of Contact
- Amy Abate, 410-278-6515
- E-Mail Address
-
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(amy.abate@arl.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. (i) 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. (ii) The solicitation number is W911QX-11-T-0061. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-48. (iv) The associated NAICS code is 334516. The small business size standard is 500 employees. (v) 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: Engine exhaust emissions measurement bench in accordance with the attached Salient Characteristics. QTY: 1. Unit of measure: Each CLIN 0002: Air/fuel analyzer in accordance with the attached Salient Characteristics. QTY: 1. Unit of measure: Each (vi) Description of requirements: CLIN 0001: One (1) complete engine exhaust emissions measurement bench for heavy-fueled (i.e. Jet Propellant (JP)-8, diesel, synthetic, and bio fuels) engine research and development, including the following analyzers and their measurement ranges as displayed in the table below. The analyzers are installed in one (1) four (4)-wheel cabinet cart with a main control unit of 120 volts alternating current (VAC) and 60 Hertz (Hz). Dry indicates dry gas measurement in which water vapor in the gas is removed before the measurement. Wet indicates wet gas measurement in which water vapor is not removed to prevent any hydrocarbon condensed in the water as it is removed. Includes a minimum 2 Gigahertz (GHz) Central Processing Unit (CPU), 4 Gigabyte (GB) Random Access Memory (RAM), 1 Terabyte (TB) hard drive, 2 Ethernet port, 4 Universal Serial Bus (USB) port computer and a 24" monitor with a remote control capability. Also includes the start up, installation and on-site training for five (5) employees immediately following installation of the equipment. Also includes heated filters and heated lines so that the sample probe is ready for sampling. The remote control is done via Ethernet and serial cable. CLIN 0002: One (1) Lambda sensor or air/fuel (AFR) analyzer for heavy-fueled (i.e. JP-8, diesel, synthetic, and bio fuels) engine research and development. Includes one (1) analyzer, one (1) sensor and one (1) spare sensor, and one (1) 5-10 meter cable: 120 VAC and 60 Hz. (vii) Delivery is required within eight (8) weeks after award. Delivery shall be made to US Army Research Laboratory, Building 434, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at the same location. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: none. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Failure to provide adequate information may result in being "non compliant" and not considered for award. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include ____3____ records of sales from the previous __24__ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Failure to provide adequate information may result in being "non compliant" and not considered for award. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (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. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: none. (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 Defense Acquisitions of Commercial Items, apply to this acquisition. The following additional FAR/DFARS clauses cited in these clauses are applicable: 52.203-3, Gratuities (April 1984), 52.203-6, Restrictions on Subcontractor Sales to the Government - Alternate 1 (Sept 2006), 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010), 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), 52.219-28, Post Award Small Business Program Representation (Apr 2009), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity forVeterans (Sept 2010), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-37, Employment Reports on Veterans (Sept 2010), 52.222-99, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sept 2010), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005), 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007), 252.232-7003, Electronic Submission of Payment Requests (MAR 2007), 252.243-7002, Requests for Equitable Adjustment (March 1998), 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000). (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.212-3 Offeror Representations and Certifications - Commercial Items (Oct 2010), 52.225-25, Prohibition on Engaging in Sanctioned Activites Relating to Iran - Certification, 252.204-7003, Control of Government Work Product (April 1992), 252.211-7003, Item Identification and Valuation (Aug 2008), 252.211-7003 Item Identification and Valuation (Aug 2008), Alternate 1, 252.247-7022, Representation of Extent of Transportation by Sea (Aug 1992). (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: none. (xvi) Offers are due on Friday, March 18, 2011 by 11:59 pm to amy.abate@arl.army.mil (xvii) For information regarding this solicitation, please contact Amy Abate, Contract Specialist, at 410-278-6515 or amy.abate@arl.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1b5194a44fc74642594d1971d33ddce0)
- Place of Performance
- Address: Army Contracting Command - Aberdeen Proving Ground (Soldier, Chemical, Research & Test) Adelphi Contracting Division - Aberdeen Branch APG MD
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN02397268-W 20110311/110309234823-1b5194a44fc74642594d1971d33ddce0 (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 |