MODIFICATION
66 -- Installation and setup of Vibration System for the U.S. Army Aeromedical Research Laboratory (USAARL) located at Fort Rucker, AL. Vibration system will undergo testing using MIL-STD-810G Method 514.6.
- Notice Date
- 9/11/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-12-T-0407
- Response Due
- 9/13/2012
- Archive Date
- 11/12/2012
- Point of Contact
- Michael Ursone, 301-619-9525
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(michael.ursone@amedd.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. 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. This combined synopsis solicitation W81XWH-12-T-0407 is issued as a request for quotation (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This RFQ utilizes full and open competition under NAICS 541380, size standard $14 mil. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. The resulting contract will be a single award Firm-Fixed Price (FFP) type contract. DESCRIPTION: The U.S. Army Aeromedical Research Laboratory (USAARL), Fort Rucker, Alabama 36362-0577, requires one (1) single axis, air-cooled, electrodynamic vibration sytem for testing using MIL-STD-810G Method 514.6, with equipment inspection & installation, and on-site training for 3 personnel members from USAARL. Below is a list of the minimum essential characteristics per Contract Line Item (CLIN). ALL QUOTED PARTS SHALL BE STATED AS NEW. REUSED OR REFURBISHED ITEMS WILL NOT BE ACCEPTED. Offerors quoting used items will be rejected and will not be considered for award. Additional specifications are included in the attached Performance Work Statement (PWS) (ATTACHMENT 1) and Minimum Essential Characteristics (MEC's) document (ATTACHMENT 2), and the Quality Assurance Surveillance Plan (QASP) (ATTACHMENT 3). PROPOSAL REQUIREMENTS: The pricing shall be filled out as follows, as the resulting contract line item structure below will be reflected on a resulting award: CLIN 0001: $_______________ QTY 1 EACH - Vibration System for both horizontal and vertical testing capacity. Must include a minimum 1220 mm x 1220 mm slip plate for horizontal testing & 610 mm x 1220 mm guided head expander for vertical testing. Slip plate & head expander shall have a 4" grid of 3/8 UNC inserts for payload attachment. Displacement (pk-pk) - continuous of 76.2 mm, Sine Force (peak) = 35.6 kN, Max. Acceleration (sine peak) = 90.9 g, Random Force (rms) = 32.5 kN, Max. Acceleration (random rms) = 76.1 g, Velocity (sine peak) = 1.8 m/s, Usable Frequency Range of 0 Hz - 2.6 kHz, Have a minimum internal load support capacity of 600 kg. Maximum Exterior Dimensions (Shaker & Slip Plate): 108" x 56" x 68" (L x W x H). CLIN 0002: $_______________ QTY 1 EACH - Equipment inspection & installation in the USAARL facility, complete diagnostic/performance verification that the equipment is in proper working order. Contractor will calibrate the equipment according to ISO 17025 requirements and supply USAARL with proper calibration certificates as required by ISO 17025. CLIN 0003: $ QTY 1 EACH - Contractor will train on-site a minimum of three (3) personnel on the proper use and appropriate troubleshooting techniques for the equipment as well as obtaining digital data output from the equipment. All offerors must submit offers that fully comply with the PWS, MEC's, and QASP to be considered for award. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature necessary to describe how the offered product meets or exceeds the required specifications. All quotes received must be for the entire requirement. Partial offers will not be accepted. Offerors not meeting the requirements of the PWS, MEC's, and QASP will be found technically unacceptable and will not be considered for award. Delivery and pricing for vibration system shall be FOB Destination, with a delivery date of no less than 30 days After Receipt of Order (ARO) to 6901 Andrews Ave. Fort Rucker, AL 36362-0577. Offeror must include lead time as part of quote. All offerors are required to have an active Online Representations and Certifications Application (ORCA) record and an active Central Contractor Registration (CCR) regisration. For more information, please visit the System for Award Management (SAM) website at https://www.sam.gov. Offerors not registered in SAM may result in ineligibility for contract award. Additionally, must not be listed in the Excluded Parties List System (EPLS) found at https://www.epls.gov. Offerors found in EPLS are barred from conducting business with the government and will be considered ineligible for award. The commercial FAR provision at 52.212-1 Instructions to Offerors - Commercial, and commercial FAR clauses 52.212-4 Contract Terms and Conditions - Commercial Items, and 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items apply to this acquisition and are incorporated by reference along with all other applicable FAR/DFARS clauses and provisions (ATTACHMENT 4). The offeror will be required in award to comply with USAMRAA local clauses for payment under 52.004-4005 Army Electronic Invoicing Instructions, which will be included in any resultant contract. Offerors must include a completed copy of the following provisions (ATTACHMENT 5) with their offer unless they are accessible in SAM. If any of the following provisions are not in the offeror's SAM record, they must be completed and submitted with the offer or the offer may not be considered for award: 52.212-3, Offerors Representations and Certifications-Commercial Items (Alternate 1). 52.219-1, Small Business Program Representations (Alternate 1). 52.222-22, Previous Contracts and Compliance Reports. 52.225-18, Place of Manufacture. 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Alternate 1). PROPOSAL EVALUATION: Award shall be made to the offeror whose quotation is the lowest price technically acceptable (LPTA) quote. Technical acceptability means that the quote meets all of the stated minimum specifications outlined in the PWS, MEC's, and QASP documents. Incomplete proposals which do not address all required items in this solicitation will be deemed technically unacceptable and will be eliminated from further consideration. Quoted price will be evaluated for fairness and reasonableness. Offerors are encouraged to submit the lowest price possible without compromising the requirements of this solicitation. PROPOSAL SUBMISSION: All questions can be submitted via email to Mr. Michael Ursone at michael.ursone@amedd.army.mil. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable a quick response. Please reference control number W81XWH-12-T-0407 in the email's subject line. Quotes are due on 13 September 2012 at 4:00pm EST to Michael Ursone via email to the above address or via fax to 301-619-9656. It is the Offerors responsibility to ensure all quotes are received by the Contracting Office. Quotations received after 13 September 2012 at 4:00pm EST will not be considered for award. All responsible sources may submit an offer, which shall be considered by the agency. Additional Info: Additional documentation Contracting Office Address: US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014 Place of Performance: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD 21702-5014 US Point of Contact(s): Michael Ursone, 301-619-9525 US Army Medical Research Acquisition Activity
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-12-T-0407/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN02878117-W 20120913/120912002120-35d1ae3e22f404da1b24f548834f9a21 (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 |