Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2014 FBO #4670
SOLICITATION NOTICE

66 -- MTS FlexTest 60 Controller System

Notice Date
9/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
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-0008
 
Response Due
9/11/2014
 
Archive Date
11/4/2014
 
Point of Contact
Beth Chapman, 757-878-4827
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(beth.k.chapman.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. The Aviation Applied Technology Directorate (AATD) Contracting Division, Army Contracting Command, intends to award on a sole-source basis in accordance with FAR Part 13.106-1(b), Soliciting from a Single Source, with MTS Systems Corporation, 14000 Technology Drive, Eden Prairie, MN 55344. The solicitation number is W911W6-14-T-0008 and is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The proposed contract action, a commercial item purchase order in accordance with FAR Part 13, Simplified Acquisition Procedures, is for procurement of one (1) FlexTest 60 Controller System (Rack Mounted) and associated components that shall include: (A) one (1) 4-Channel 4 Station Model, four (4) MTS FlexTest Model 494.05 Remote Handset with 100 ft. cable, two (2) Model 494.47 Dual UART/Digital Transducer Interface Cards, one (1) FlexTest 60 Software MTS Model 793.00, one (1) MTS Model 793.10 Multi-Purpose TestWare Software (or TestSuite Elite MP Application Software), one (1) HP Personal Computer with one (1) 22-inch Flat-Panel LCD Monitor, one (1) 8-Input A/D Package (494.45 A/D Card), one (1) 8-Output D/A Package (494.46 A/D Card), one (1) High Current Digital I/O Package without Power Supply, one (1) 493.07 HPU Interface Box for 24 VDC, one (1) Rack Mounting Kit for Mounting into Existing Console, and four (4) days of On-Site Installation and Calibration of four (4) Load Frames (Load and Displacement); (B) one (1) Model 505 SilentFlo HPU Upgrade and Model 505.60 to Model 505.90 SilentFlo Hydraulic Power Supply Upgrade Kit (PN 100-097-020, for 460 volts, 3 phase SilentFlo HPS) and two (2) days of On-Site Service (Installation); (C) three (3) Load Cell Cable for TestStar lls Controller (PT Connector, 100 ft. length), three (3) LVDT Cable for TestStar lls Controller (Standard Connector, 100 ft. length), three (3) Dual Servovalve Cable for TestStar lls Controller (Standard Connectors, 100 ft. length), two (2) HSM Cable for TestStar lls Controller (Model 293.ll HSM, 24 VDC, 100 ft. length), and four (4) Cable Adapter Sets for FlexTest 60 Controllers. Pricing for shipping and Item Unique Identification markings in accordance with DFARS clause 252.211-7003, Item Identification and Valuation, shall be included in the quote. This system will be used to conduct aircraft structural testing. The intended source, MTS Systems Corporation, is the original equipment manufacturer of this system and is the only company that can meet the specified requirements. Delivery, Inspection, Acceptance and F.O.B. Point are Destination, Fort Eustis, VA 23604. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Clauses incorporated by reference include FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252-204-0001, Line Item Specific--Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.247-7023, Transportation of Supplies by Sea; and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.233-3, Protest after Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. The applicable North American Industry Classification Standard (NAICS) code is 334519. The small business size standard is 500. No request for quotes/proposals will be posted. Interested sources may identify interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. The Government will review and consider all capability statements or proposals received within the closing date set in this notice. The Government retains the sole discretion on the decision whether or not to conduct this requirement competitively based upon information received in response to this notice. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Companies submitting such statements shall reference W911W6-14-T-0008 in all correspondence with the Government. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. The successful offeror must submit their invoices through the Wide Area WorkFlow Web site http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) Web site www.sam.gov prior to award. Capability statements are due not later than September 11, 2014, 2:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Beth Chapman, Army Contracting Command, CCAM-RDT, 401 Lee Boulevard, Fort Eustis, Virginia 23604-5577 by mail or by email at beth.k.chapman.civ@mail.mil. Point of contact is Beth Chapman at (757) 878-4827.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1eba15e3cf44d4a4c5b22974f1105efd)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN03497827-W 20140907/140905235056-1eba15e3cf44d4a4c5b22974f1105efd (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.