Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2013 FBO #4060
SOLICITATION NOTICE

99 -- Modified SC210 Sensors

Notice Date
1/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-SENSORS
 
Response Due
1/8/2013
 
Archive Date
3/4/2013
 
Point of Contact
Brian Mazen, 4104363955
 
E-Mail Address
ACC-APG - Edgewood
(brian.e.mazen.civ@mail.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 W911SR-SENSORS is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-62. This combined synopsis/solicitation will result in a sole source award for Modified SC210 Sensors to Seacoast Science, a small business. The Modified SC210 Sensors required by this combined synopsis/solicitation is used for the detection of Chemical Warfare Agent (CWAp) materials. Seacoast Science is the sole manufacturer of the SC210 Sensors and has proprietary rights to it. The Government does not own the technical data package (TDP). In accordance with FAR Clause 52.204-99 prospective offerors must be registered in the System for Award Management (SAM) and are required to provide a PDF copy of their certifications or provide a copy of their representation and certifications as required by FAR clause 52.212-3. The NAICS code for this solicitation is 334513 and the size standard is 500 employees. DESCRIPTION OF ITEMS/STATEMENT OF WORK Contract Line Item Numbers (CLINs): CLIN 0001: Modified SC210 Sensors; Quantity 4 each Statement of Work: 1.Scope. This Statement of Work (SOW) is for the fabrication and procurement of four (4) Modified 210 Chemical Sensors (SC210). 2.Applicable Documents. The Government shall supply any necessary drawings and electronic data (SolidWorks or other CAD format) where applicable. 3.General Requirements. The contractor, as an independent contractor and not as an agent of the government, shall provide the necessary resources (except for those identified as government furnished property or assistance) to fabricate, test, and deliver 4 modified SC210 sensors. The contract shall complete the following work to accomplish this effort. 3.1 The contractor shall determine the characteristics of CWAp. The target CWAp's are Ethylene Oxide (EO), 2-chloroethanol (2CE), and Thiodiglycol (TDG) 3.2 The contractor shall design, test, and manufacture a chip capable of identifying a set of 32 materials for the detection of EO, TDG, and 2CE. The contractor shall obtain Government approval prior for the list of 32 materials selected. The contractor shall provide the Government with a report summarizing the materials and detection limits and response kinetics for the tested sensor arrays. 3.3 Following the initial testing of all 32 materials the contractor shall down-select to 6 materials to be used in the delivered modified SC210 sensors. 3.4 The contractor shall conduct validation testing of the modified SC210 sensors. Following validation testing the contractor shall conduct external hardware testing of the modified SC210 sensors. 3.5 Prior to delivery of the modified SC210 sensors the contractor shall arrange for observation to be conducted by a Government representative. During this observation the contractor shall provide a briefing on the project and shall perform a full sequence of CWAp exposures utilizing the modified SC210 sensors. 3.6 Following completion of the above tasks, the contractor shall package and delivery the 4 modified SC210 sensors. Along with the sensor deliverables the contractor shall provide a final report summarizing the work and initial conclusions. 4.Safety Considerations. The contractor shall not be required to perform hazardous operations or be in contact with hazardous materials. 5.Security Considerations. The contractor shall not be required to: have access to classified material; to generate classified material; or to store classified material at the contractor's or Government facility. Shipping/Packaging: Contractor shall utilize standard commercial packaging. FOB is Destination to: Space and Naval Warfare Systems Command (SPAWAR) 53560 Hull Street San Diego, CA 92152 ATTN: Dexter Solio Inspection/Acceptance: Inspection and Acceptance will be at Destination and is limited to kind, count, and condition. Delivery Schedule: The delivery schedule for these modified SC210 sensors is 8 weeks after contract award. PROVISIONS AND CLAUSES 52.204-99 System for Award Management Registration (DEVIATION) 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation) 52.247-34 FOB Destination 52.247-35 FOB Destination, within consignee's premises 52.247-48 FOB Destination-Evidence of Shipment 52.252-2 Clauses Incorporated by Reference 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/vffara.htm (End of clause) 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the clause. (End of clause) 52.212-4 Contract Terms and Conditions - Commercial Items 252.204-7003 Control of Government Personnel Work Product 252.225-7002 Qualifying Country Sources as Subcontractors 252.246-7000 Material Inspection and Receiving Report 252.211-7003 Item Identification and Valuation 252.232-7006 Wide Area WorkFlow Payment Instructions (clause fill-ins to be provided on award) 252.243-7001 Pricing of Contract Modifications 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (the following clauses within this clause apply: 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232 33) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (the following clauses within this clause apply: 252.203-7000, 252.225-7001, 252.225-7012, 252.232 7003, 252.243-7002, 252.247-7023 Alt III, 252.247-7024) 52.212-1 Instructions to Offerors - Commercial Items The Defense Priorities and Allocations System (DPAS) rating for this effort is DO-C9. All proposals and questions are requested to be sent to Brian Mazen, brian.e.mazen.civ@mail.mil, phone: 410.436.3955 by Close of Business 8 January 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/535c9380fca5f613b58096924309d384)
 
Place of Performance
Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
 
Record
SN02958930-W 20130105/130103235026-535c9380fca5f613b58096924309d384 (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.