Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2014 FBO #4669
SOLICITATION NOTICE

52 -- Strain Gages

Notice Date
9/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-14-T-0009
 
Response Due
9/9/2014
 
Archive Date
11/3/2014
 
Point of Contact
Dan Shipley, 7578783766
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(dan.m.shipley@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. Army Contracting Command Attn: CCAM-RDT Bldg. 401, Lee Boulevard Fort Eustis, Va. 23604-5577 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76. The applicable NAICS code is 488190. The small business size standard is $7.0M. This acquisition has been designated as a small business set aside. The U.S. Army Contracting Command/Aviation Applied Technology Directorate (CCAM-RDT) intends to procure on a firm fixed price basis, a base contract with up to 2 additional options, the installation of strain gages on test articles at Aviation Applied Technology Directorate (AATD), Fort Eustis, VA 23604-5577. The base task consists of the following: install 104 strain gages; all single grid pattern; adhesive - M-Bond 200; moisture proof over gages; 0.25 quote mark grid gages: 52 each CEA-00-250UW-350 and 52 each CEA-13-250UW-350. Installation of lead cabling consist of the following: cabling - 3 wire (no smaller than 26 AWG); lead length must be long enough to get the leads to small portable patch panels; each panel will be 5 foot from the right and left of the article. Installation conditions consist of the following: a large test article, transition section of a Blackhawk helicopter; Dimensions of article - floor to bottom of test article = 36.9 inches; floor to top of test article = 107.2 inches; width of test article = 98 inches and length of test article from backstop to interface plate = 138.75 inches. Test article material is aluminum and carbon composite. Condition of area: lab temperature can fluctuate inside building so temperature matched gages is required; ladders and scaffolding will be supplied by the Government; and there should be no moisture concerns inside the lab other than normal humidity. Option #1 task is a repeat of the base contract effort. Option #2 task installation consist of the following: install 100 strain gages, all single grid pattern (1/4 bridges), bridge completion resistors (MR1-350-130 or similar) will need to be installed and wired near gage installation, adhesive - M-Bond 200, moisture proof over gages, gages will be installed at Fort Eustis in AATD aircraft hangar, 0.25 quote mark grid gages, CEA-13-250UW-350 (100 each). Install lead cabling - 4 wire (no smaller than 26 AEWG), the lead length needs to be long enough to get the leads to an on-board data acquisition system. Installation conditions of Area: test article will be inside building 409, ladders and scaffolding may be needed and Government will supply, gage installations will need to be moisture proofed. Test article is a large aircraft (UH-60 Blackhawk Helicopter) and test article material is aluminum. The base contract and additional options must be priced separately. In your proposed costs, please include all materials including gages and the timeframe to complete the installation. Segregate material and labor costs. No per diem costs in support of this requirement. Therefore, companies within the local commuting area will only be considered. All efforts (base and options) should occur over a 5 month timeframe. All prospective offerors must be actively registered in the System for Award Management (SAM) Web site www.sam.gov prior to award. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications Commercial items, Alternate I with their offer. The following FAR Clauses are applicable to this acquisition: 52.204-7, System for Award Management; 52.204-8, Annual Representations and Certifications; 52.204-13, System for Award Management Maintenance;; 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition without addenda; 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items; 52.217-8, Option to Extend Services; 52.252-2, Clauses Incorporated by Reference. The following clauses cited within FAR 52.212-5 apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222.21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.228-5, Insurance-Work on a Government Installation; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following clauses cited within 252.212-7001 apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Work Product; 252.204-7004, Alternate A System for Award Management; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; and 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at http://farsite.hill.af.mil. The successful offeror must submit their invoices through Wide Area Workflow website http://wawf.mil and must be in good standing with the Government according to the Active Exclusion Records located in the SAM website. All quotes will be evaluated as technically acceptable, low price provides for adherence to the requirement as identified above. Interested persons may identify their interest and capability to respond to the requirement and submit a quote. All responsible sources that submit an adequate offer will be considered. Quotes are due 9 September 2014, by 2:00 P.M. Eastern Standard Time and shall be submitted by email to dan.m.shipley.civ@mail.mil. Point of contact is Dan Shipley at (757)878-3766. The Contracting Officer point of contact is Linda Diedrich at linda.d.diedrich.civ@mail.mil or at 757-878-4828.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e965a8c12e14cc6e06c57a87301d4417)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN03495667-W 20140906/140904235352-e965a8c12e14cc6e06c57a87301d4417 (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.