SOLICITATION NOTICE
66 -- Custom Immersion Ultrasonic Transducers - A02 - Provisions and Clauses Full-Text Attachment
- Notice Date
- 9/6/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-16-T-0263
- Archive Date
- 9/28/2016
- Point of Contact
- Rebecca B. Patterson, Phone: 3013945351, DeAnna Sivage, Phone: 301-394-0753
- E-Mail Address
-
rebecca.b.patterson.civ@mail.mil, deanna.m.sivage.ctr@mail.mil
(rebecca.b.patterson.civ@mail.mil, deanna.m.sivage.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- A02 - Provisions and Clauses Full-Text Attachment (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. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b) (1) (i) "Only one responsible source and No Other Supplies or Services Will Satisfy Agency Requirements." The name of the company the Government intends to award a contract to is NdtXducer, LLC 100 Otis Street, Unit 4B, Northborough, MA 01532. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-16-T-0263. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89, effective 15 Aug 2016. (iv) The associated NAICS code is 334516. The small business size standard is 1,000 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: Quantity 132: Custom Immersion Ultrasonic Transducers CLIN 0002: Shipping to Aberdeen Proving Ground, MD 21005-5066. (vi) Description of requirements: C.1 Requirement The Contractor shall deliver 132 single-element high temperature/high voltage immersion style ultrasonic probes in accordance with the Government's minimum requirements as stated in section C.2. C.2 Salient Characteristics C.2.1 Single-Element Immersion Style Ultrasonic Probes C.2.1.1 Ten (10) MHz (Megahertz) center frequency C.2.1.2 Operation temperature 20 to 90 C C.2.1.3 Allowable input voltage to probes in range of 800 V to 1600 V in continuous excitation mode and pulsed mode with pulse repeitition frequency of 500 kHz (kilohertz). C.2.1.4 Allowable noise under 1 mV when used with RITEC SNAP system or OEM-PA 128 from Advanced OEM Solutions or JSR-DPR300 or JSR-DPR500 for range of input voltage of 800 V to 1600 V, temperature range of 20 to 90 C C.2.1.5 Each of the 128 probes are required to be nominally exact duplicates of each other. C.2.1.5.1 Variation in on-axis maximum pressure focal length to within +/- 0.05" (inch) C.2.1.5.2 Variation in piezoelectric element size to within +/- 0.005" diameter, +/- 0.001" height C.2.1.5.3 Gaussian pulse width variation to within +/- 0.01 microseconds when using RITEC SNAP system or OEM-PA 128 from Advanced OEM Solutions C.2.1.6 Case constructed from corrosion resistant metal alloy when immersed for 5+ weeks at operational temperature range. C.2.1.7 Element diameter of 0.375 inch (") C.2.1.8 SF (spherical focal length) = 4.75" with potted RG178-3Feet/SMB (radio guide/Sub-miniature version B) side connector/immersion style C.2.1.9 Minimum BW (transducer bandwidth) 60% C.2.1.10 One time, 3-day on-site technical support when requested, 4 year technical support. C.2.1.11 Case geometry: 0.85" length x 0.41" diameter C.3 Delivery The Contractor shall deliver the system to the US Army Research Laboratory (ARL) Shipping and Receiving, Building 321, Colleran Road, APG Maryland, 21005-5066 within eight (8) weeks after contract award date. (vii) Period of Performance is eight (8) weeks after date of contract (ADC). Delivery shall be made to Army Research Laboratory (ARL) at Aberdeen Proving Ground, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed at Army Research Laboratory (ARL) at Aberdeen Proving Ground, Aberdeen Proving Ground, MD 21005-5001. 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: N/A (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: N/A (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 and FAR 52.212-3 ALT I, Offeror Representations 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: N/A (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.219-28 Post Award Small Business Program Representation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014), 52.222-50 Combatting Trafficking in Persons (Mar 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.204-7012 Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015), 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (Nov 2014), 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program Alt I (Nov 2014), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.244-7000 Subcontracts for Commercial Items (Jun 2013), 252.247-7023 Transportation of Supplies by Sea (Aug. 1992). (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): Additional Requirements - Incorporated By Reference: 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015); 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 252.204-0009 Contract Wide: By Fiscal Year (Sep 2009); Additional Requirements - Full-Text: APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.206-4400 Intent to Solicit Only One Source (FEB 2015) APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.211-4401ALT Receiving Room Requirements - APG Alternate I (Jan 2003); APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website; 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 13 Sept 2016 by 1700 Eastern Time (ET), via email to Becky Patterson, rebecca.b.patterson.civ@mail.mil, CC deanna.m.sivage.ctr@mail.mil. Please refenece solicitation number on all correspondence. (xvii) For information regarding this solicitation, please contact Becky Patterson, rebecca.b.patterson.civ@mail.mil, CC deanna.m.sivage.ctr@mail.mil. Please refenece solicitation number on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/54e4b2f79f659c3a20a516c19432f3c9)
- Place of Performance
- Address: U.S. Army Research Laboratory, Aberdeen Proving Ground, Maryland, 21005-5001, United States
- Zip Code: 21005-5001
- Zip Code: 21005-5001
- Record
- SN04257660-W 20160908/160907173547-54e4b2f79f659c3a20a516c19432f3c9 (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 |