Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

65 -- DTS Slice Micro Data Acquisition System (DAS) Brand Name or Equal (USAARL)

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-17-T-0373
 
Archive Date
9/29/2017
 
Point of Contact
Shylonda Y. Minter, Phone: 3016199524
 
E-Mail Address
shylonda.y.minter.civ@mail.mil
(shylonda.y.minter.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION INSTRUCTIONS 1. Issue Date: 11 August 2017; Close Date: 28 August 2017 1:00 PM EST 2. Contracting Activity: U.S. Army Medical Research Acquisition Activity (USAMRAA) located at 820 Chandler Street, Fort Detrick, MD 21702. 3. Requiring Activity: U.S. Army Aeromedical Research Laboratory (USAARL) located at 6901 Ferrell Road, Fort Rucker, AL 36362-0577. 4. Subject: Brand Name or Equal Diversified Technical System (DTS), Inc. Slice Micro Data Acquisition System (DAS) New Equipment and Calibration. 5. Solicitation Number: W81XWH-17-T-0373 6. Description of Requirement: The USAARL has a requirement for a Firm Fixed Price (FFP) brand name or equal DTS Slice Micro DAS New Equipment and Calibration. The Minimum Essential Characteristics (MECs) are included in the attached Request for Quote (RFQ) as Table 1. 6.1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will be not be issued. 6.2 This combined synopsis/solicitation issued as a Request for Quote (RFQ). 6.3 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87; 07 March 2016. 6.4 This acquisition is a small business set-aside. The North American Industry Classification System (NAICS) code is 339112, Surgical and Medical Instrument Manufacturing, with a size standard of 1000 employees. 6.5 Contract award shall be made on a small business set-a-side best value basis using "Lowest Price, Technically Acceptable (LPTA)" approach. 6.6 The Contract Line Items (CLINs) numbers and items, quantities units of measure, and description are identified under the Supplies/Services Section of the RFQ. 6.7 The anticipated date of delivery is 30 days after contract award with shipping Free On Board (FOB) Destination IAW FAR 52.247-34. 6.8 FAR provision 52.212-1 Instructions to Offerors- Commercial Items including the Addendum applies to this acquisition and the attached RFQ. 6.9 FAR provision 52.212-2 Evaluation-Commercial Items applies to this acquisition including the Addendum contacted in the attached RFQ. 6.10 Offerors responding to this combined synopsis/solicitation shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications- Commercial Items with its quote. 6.11 The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. Additional contract requirements and terms and conditions are identified in the attached RFQ. 6.12 The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. See the clause for additional FAR clauses cited and marked which are applicable to this acquisition. 7. Point-of-Contract: The point-of-contact for this acquisition is Ms. Shylonda Minter, Contract Specialist, shylonda.y.minter.civ@mail.mil. No telephone calls will be accepted. 8. Instructions for the Preparation and Submission of Quotes: 8.1. Quotes shall be prepared in accordance with this solicitation and FAR provision 52.212-1 Instructions to Offerors- Commercial Items including the Addendum which is included with the attached RFQ. 8.2. All quotes shall be evaluated in accordance with the evaluation criteria identified in the Addendum to FAR 52.212-2 Evaluation-Commercial Items included with the attached RFQ. 8.3. The Government reserves the right to reject any or all quotes, and to award no contract at all, depending on the quality of the quote(s) submitted and the availability of funds. 8.4. Questions shall be submitted via e-mail to Ms. Shylonda Minter, Contract Specialist, shylonda.y.minter.civ@mail.mil no later than 21 August 2017 at 1:00 PM EST. Questions received after this date will not be accepted. An Amendment to this RFQ will be posted to FedBizOpps with responses to the questions received. Only one set of questions per Contractor will be accepted. No telephone calls will be accepted. 8.5. Quotes in response to this RFQ are due via e-mail no later than 28 August 2017 at 1:00 PM EST to Ms. Shylonda Minter, Contract Specialist, shylonda.y.minter.civ@mail.mil. 8.6. The Offeror shall agree to honor proposed prices for 60 calendar days from the due date for receipt of quotes. Section SF 1449 - CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2 Each SLICE MICRO BASE CALIBRATION FFP SLICE MICRO BASE +CALIBRATION. FULL FUNCIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE j311 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 5 Each SLICE MICRO BRIDGE CALIBRATION FFP SLICE MICRO BRIDGE CALIBRATION. FULL FUNCTIONALITY TESTS NIST TRACEABLE CALIBRATION. CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487. CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Each SLICE MICRO TRIAX ARS PRO FFP SLICE MICRO TRIAX ARS CALIBRATION. CALIBRATION OF 3 ANGULAR RATE SENSORS AND BRIDGE, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION. CHECK FOR CONFROMANCE WITH SAE J211 AND ISO 6487. CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Each SLICE MICRO TRIAX ARS CALIBRATION FFP SLICE MICRO TRIAX ARS CALIBRATION. CALIBRATION OF 3 ANGULAR RATE SENSORS AND BRIDGE, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION. CHECK FOR CONDFORMANCE WITH SAE J211 AND ISO6487. CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 3 Each SLICE NANO BASE FFP SLICE NANO BASE+ (5000G) CALIBRATION. FULL FUNCTIONALITY TESTS. NIST TRACEALE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 4 Each SLICE NANO BRIDGE CALIBRATION FFP SLICE NANO BRIDGE CALIBRATION FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 6 Each SLICE NANO STACK BATTERY CALIBRATION FFP SLICE NANO STACK BATTERY CALIBRATION. CHECK FUNCTIONALITY AND PERFORMANCE TO ORIGINAL FACTORY SPECIFICATIONS. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 3 Each SLICE PRO SIM CALIBRATION FFP SLICE PRO SIM CALIBRATION (18 CH) FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 5 Each OPTION TDAS G5 DAS MODULE CALIBRATION FFP TDAS G5 DAS MODULE CALIBRATION (32 CH) FULL FUNCIONALITY TEST. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 18 Each ARS/ARS 18 K CALIBRATION FFP ARS/ARS PRO-18K CALIBRATION, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH ANSI/NCSL Z540-1-1994, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 6 Each ARS/ARS 12K CALIBRATION FFP ARS/ARS PRO-12K CALIBRATION, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH ANSI/NCSL Z540-1-1994, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 2 Each SLICE BASE FFP SLICE BASE/BASE + CALIBRATION BA50564. FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 6 Each SLICE BRIDGE CALIBRATION FFP SLICE BRIDGE CALIBRATION BR1337, BR1385, BR1436, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 15 Each ARS/ARS PRO 50K CALIBRATION FFP ARS/ARS PRO 50K CALIBRATION. FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH ANSI/NCSL Z540-1-1994, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0015 1 Job MISCELLANEOUS REPAIRS FFP MISCELLANEOUS REPAIRS. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0016 3 Each SLICE MICRO BASE FFP SLICE MICRO BASE. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0017 3 Each SLICE MICRO TRIAX ACCEL 500G FFP SLICE MICRO TRIAX ACCEL 500G. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0018 3 Each SLICE MICRO TRIAX ARS PRO FFP SLICE MICRO TRIAX ARS PRO. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0019 9 Each SLICE MICRO BRIDGE FFP SLICE MICRO BRIDGE. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 30 dys. ADC 2 W03Y USA AEROMED RSCH LAB MS LESLIE WILLS 6901 BLDG 6901 FERRELL RD FORT RUCKER AL 36362-5152 334-255-7632 FOB: Destination W31NWX 0002 30 dys. ADC 5 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0003 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0004 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 0010 N/A N/A N/A N/A 0011 N/A N/A N/A N/A 0012 N/A N/A N/A N/A 0013 N/A N/A N/A N/A 0014 N/A N/A N/A N/A 0015 N/A N/A N/A N/A 0016 N/A N/A N/A N/A 0017 N/A N/A N/A N/A 0018 N/A N/A N/A N/A 0019 N/A N/A N/A N/A INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 0010 Destination Government Destination Government 0011 Destination Government Destination Government 0012 Destination Government Destination Government 0013 Destination Government Destination Government 0014 Destination Government Destination Government 0015 Destination Government Destination Government 0016 Destination Government Destination Government 0017 Destination Government Destination Government 0018 Destination Government Destination Government 0019 Destination Government Destination Government Section SF 1449 - CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2 Each SLICE MICRO BASE CALIBRATION FFP SLICE MICRO BASE +CALIBRATION. FULL FUNCIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE j311 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 5 Each SLICE MICRO BRIDGE CALIBRATION FFP SLICE MICRO BRIDGE CALIBRATION. FULL FUNCTIONALITY TESTS NIST TRACEABLE CALIBRATION. CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487. CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Each SLICE MICRO TRIAX ARS PRO FFP SLICE MICRO TRIAX ARS CALIBRATION. CALIBRATION OF 3 ANGULAR RATE SENSORS AND BRIDGE, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION. CHECK FOR CONFROMANCE WITH SAE J211 AND ISO 6487. CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Each SLICE MICRO TRIAX ARS CALIBRATION FFP SLICE MICRO TRIAX ARS CALIBRATION. CALIBRATION OF 3 ANGULAR RATE SENSORS AND BRIDGE, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION. CHECK FOR CONDFORMANCE WITH SAE J211 AND ISO6487. CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 3 Each SLICE NANO BASE FFP SLICE NANO BASE+ (5000G) CALIBRATION. FULL FUNCTIONALITY TESTS. NIST TRACEALE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 4 Each SLICE NANO BRIDGE CALIBRATION FFP SLICE NANO BRIDGE CALIBRATION FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 6 Each SLICE NANO STACK BATTERY CALIBRATION FFP SLICE NANO STACK BATTERY CALIBRATION. CHECK FUNCTIONALITY AND PERFORMANCE TO ORIGINAL FACTORY SPECIFICATIONS. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 3 Each SLICE PRO SIM CALIBRATION FFP SLICE PRO SIM CALIBRATION (18 CH) FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 5 Each OPTION TDAS G5 DAS MODULE CALIBRATION FFP TDAS G5 DAS MODULE CALIBRATION (32 CH) FULL FUNCIONALITY TEST. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 18 Each ARS/ARS 18 K CALIBRATION FFP ARS/ARS PRO-18K CALIBRATION, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH ANSI/NCSL Z540-1-1994, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 6 Each ARS/ARS 12K CALIBRATION FFP ARS/ARS PRO-12K CALIBRATION, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH ANSI/NCSL Z540-1-1994, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 2 Each SLICE BASE FFP SLICE BASE/BASE + CALIBRATION BA50564. FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 6 Each SLICE BRIDGE CALIBRATION FFP SLICE BRIDGE CALIBRATION BR1337, BR1385, BR1436, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 15 Each ARS/ARS PRO 50K CALIBRATION FFP ARS/ARS PRO 50K CALIBRATION. FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH ANSI/NCSL Z540-1-1994, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0015 1 Job MISCELLANEOUS REPAIRS FFP MISCELLANEOUS REPAIRS. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0016 3 Each SLICE MICRO BASE FFP SLICE MICRO BASE. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0017 3 Each SLICE MICRO TRIAX ACCEL 500G FFP SLICE MICRO TRIAX ACCEL 500G. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0018 3 Each SLICE MICRO TRIAX ARS PRO FFP SLICE MICRO TRIAX ARS PRO. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0019 9 Each SLICE MICRO BRIDGE FFP SLICE MICRO BRIDGE. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product. FOB: Destination NET AMT DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 30 dys. ADC 2 W03Y USA AEROMED RSCH LAB MS LESLIE WILLS 6901 BLDG 6901 FERRELL RD FORT RUCKER AL 36362-5152 334-255-7632 FOB: Destination W31NWX 0002 30 dys. ADC 5 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0003 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0004 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0005 30 dys. ADC 3 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0006 30 dys. ADC 4 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0007 30 dys. ADC 6 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0008 30 dys. ADC 3 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0009 30 dys. ADC 5 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0010 30 dys. ADC 18 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0011 30 dys. ADC 6 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0012 30 dys. ADC 2 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0013 30 dys. ADC 6 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0014 30 dys. ADC 15 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0015 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0016 30 dys. ADC 3 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0017 30 dys. ADC 3 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0018 30 dys. ADC 3 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0019 30 dys. ADC 9 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Destination Government Destination Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 0010 Destination Government Destination Government 0011 Destination Government Destination Government 0012 Destination Government Destination Government 0013 Destination Government Destination Government 0014 Destination Government Destination Government 0015 Destination Government Destination Government 0016 Destination Government Destination Government 0017 Destination Government Destination Government 0018 Destination Government Destination Government 0019 Destination Government Destination Government PWS PERFORMANCE WORK STATEMENT (PWS) for DTS Calibration Services INTRODUCTION U.S. Army Aeromedical Research Laboratory (USAARL) is located in Fort Rucker, Alabama and is a subordinate research laboratory command under the U.S. Army Medical Research and Materiel Command, located in Frederick, MD at Fort Detrick. USAARL aims to provide medical research in the military operations environment to sustain the Warfighter's performance by delivering medical research, developing, testing, and evaluating solutions to air and ground Warriors. USAARL conducts medical research to develop and provide the biomedical basis for countermeasures that prevent and mitigate Warrior injury. Specifically, the Lab's research includes developing return-to-duty standards for Soldiers suffering from neurosensory injuries, mild traumatic brain injuries, determining the effectiveness of life support equipment, and preventing and mitigating ground- and air-crew biomechanical injuries. Today, USAARL's mission has expanded to cover research preventing and mitigating aviator and ground warrior injuries. However, the mission would not be accomplished without USAARL's team of physicians, engineers, scientists, psychologists, pilots, and administrators. USAARL applies its medical, psychological, and physiological knowledge and skills to optimize systems for the end user - the U.S. Army Warfighter. In doing so, the Laboratory has had an immeasurable effect on improving Army systems and has helped save countless lives. BACKGROUND Several DTS Data Acquisition Systems (DAS) and additional instrumentation have been procured and delivered to USAARL since 2004, including: TDAS G5, SLICE MICRO, SLICE NANO, SLICE Pro, angular rate sensors (ARS), and products of a Small Business Innovative Research (SBIR) project for Personal High Rate Recorders. All DAS have received annual calibration/maintenance since purchase. At present, all DAS work appropriately; there are no issues with functionality, nor have any parts needed replacement or repair. USAARL requires services for inspection, calibration, and/or maintenance/repair/replacement of parts for both systems. PURPOSE AND OBJECTIVE OF THE PROCUREMENT The purpose of this procurement is to obtain annual services to inspect, calibrate, and/or maintain (i.e. repair/replacement of parts) existing USAARL DTS DAS and instrumentation outlined in the Table 1. The inspection, calibration, maintenance services shall be performed at Contractor's site. Shipping to contractor will be at Government's expense. Return shipping will be at Contractor's expense. Repair and/or replacement of parts shall be provided, if needed. Table 1. Model No. Description Quantity SM-BA / 13000-10011 SLICE MICRO Base/Base+ 2 SM-BR / 13000-10020 SLICE MICRO Bridge 5 SM-AC-2000 SLICE MICRO Accelerometer (2000G) 1 SM-AR-12K SLICE MICRO ARS (12k) 1 13000-20013 / 13000-20103 SLICE Nano Base (5000G) 3 13000-20061 SLICE Nano Bridge 4 13000-20031 SLICE Nano Battery 6 1300-75239 SLICE PRO (18 Channels) 3 TDAS-G5-M32 G5 DAS 5 ARS PRO-18K ARS 18K 18 ARS-12K ARS 12K 6 ARS-50K ARS 50K 15 SBIR Personal High Rate Recorder (each includes 1 MICRO Base and 3 MICRO Bridges) 2 NOTE: The Government reserves the right to add additional DTS systems to this requirement throughout the life of the contract. If required by the Government, separate pricing will be obtained from the Contractor. CONTRACTOR TASKS/REQUIREMENTS Task 1: Contractor technicians shall be factory trained, or equivalent, in the servicing of this equipment. Task 2: The Contractor shall inspect and calibrate the equipment identified above in accordance with manufacturer specification of operational performance and in conformance with SAE J211 and ISO 6487. Task 3: The Contractor shall provide a "failure" report AND a written estimate of cost (i.e. quote) for any repair/replacement of parts to the COR within 15 calendars days of inspection and/or calibration. The Contractor shall wait for COR instruction/approval prior to taking any action regarding the repair or replacement of any part. The COR will provide direction to the Contractor with 15 calendars days of receipt of quote. Task 4: The Contractor shall ship, at contractor's expense, DAS equipment back to USAARL upon completion of calibration/repair/replacement. Upon request of COR, Contractor shall provide a "Request Merchandise Authorization (RMA)" or a "Return Authorization (RA)" when the DAS requires calibration. The shipping label will contain the RMA/RA number as identification when the DAS is shipped to the Contractor. DELIVERABLES a) The Contractor shall provide calibration documentation, hard copy and/or electronically, for each DAS/instrumentation "successfully calibrated" to the COR within 15 calendars days of calibration. The documentation shall state, at a minimum, each DAS is within manufacturer specification of operational performance and in conformance with SAE J211 and ISO 6487. b) The Contractor shall provide a written failure report AND a price quote associated with the cost of repair or replacement for any equipment that does not meet manufacturer specification of operational performance to the COR within 15 calendars days of calibration. After repair/replacement written documentation shall state, at a minimum, each DAS is within manufacturer specification of operational performance and in conformance with SAE J211 and ISO 6487. c) The Contractor shall ship, at contractor's expense, equipment back to USAARL upon completion of calibration/repair/replacement. Upon request of COR, Contractor shall provide a "Request Merchandise Authorization (RMA)" or a "Return Authorization (RA)" when the DAS requires calibration. The shipping label will contain the RMA/RA number as identification when the DAS is shipped to the Contractor. d) The Contractor shall report and provide a written estimate of cost (quote) to the COR for any repair/replacement of parts within 15 calendars days of inspection and/or calibration. e) The Contractor shall report contract‐related information in accordance with the Contractor Manpower Reporting (CMR) clause by 31 October of each year to the CMR website at: https://cmra.army.mil. GOVERNMENT-FURNISHED PROPERTY The COR shall contact the Contractor for a Request Merchandise Authorization (RMA) or Return Authorization (RA) when the DAS requires calibration. The Government will ship the DAS to the Contractor, at Government's expense. DAS shall be identified with the RMA/RA number. SECURITY AND SAFEGUARD METHODS a) The Contractor shall establish appropriate administrative, technical, and physical safeguards to protect any and all Government data. The Contractor shall ensure the confidentiality, integrity, and availability of Government data is in compliance with all applicable laws and regulations, including data breach reporting and response requirements, in accordance with DFARS Subpart 224.1 (Protection of Individual Privacy), which incorporates by reference DoD 5400.11, "DoD Privacy Program," May 8, 2007, and DoD 5400.11-R, "DoD Privacy Program," May 14, 2007. The Contractor shall also comply with federal laws relating to freedom of information and records management. b) The Contractor must provide analyzed data within the established timeframe. ANTITERRORISM / OPERATIONS SECURITY REQUIREMENTS For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13); applicable installation, facility and area commander installation and facility access and local security policies and procedures (provided by Government representative); or, at OCONUS locations, in accordance with status-of-forces agreements and other theater regulations. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) The QASP is a tool used by the Government (i.e. COR) as a way to assess Contractor performance. The following performance based service acquisition items will be monitored under this QASP and shall be uploaded to the Virtual Contractor Enterprise (VCE) at https://cor.army.mil on a monthly basis by the COR: See attachment - Quality Assurance Surveillance Plan TRAVEL None. PERIOD OF PERFORMANCE The period of performance shall be one (1) calendar year from the date of contract award with four (4) renewable one year option periods. CONTRACTOR MANPOWER REPORTING Input for Contract Services information in the web site operated and maintained by the Assistant Secretary of the Army (Manpower & Reserve Affairs). See the "Contractor Manpower Reporting" clause for specific reporting information. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. The Contractor shall provide evidence of compliance with the CMR requirement to the Contractor Officer's Representative, Contract Specialist, and Contracting Officer no later than 15 November of each calendar year. MECS Minimimum Essential Characteristics (MECs) - DTS Slice Micro Data Acquisition System (DAS) Brand Name or Equal 1. Overall DAS specifications a. Data acquisition system must be able to connect and communicate with multiple modular units (making a chain of units). b. Modular units must be compatible with existing USAARL DAS (DTS SLICE MICRO) including: 2 Slice Micro Bases, 5 Slice Micro Bridges, 1 Slice Micro Accelerometer (2000G), and 1 Slice Micro ARS (12k). c. Modular design should have at least 3 channels and allow expansion to at least 16 channels d. Be capable of operating in temperatures between -40F and 140F e. Be rated at least at 500 Gs 4msec half sine f. Must meet or exceed SAEJ211 response g. Base must be compact, i.e., no larger than 1.7 inches x 1.7 inches x 0.35 inches and weight no more than 1 oz h. Expansion Modular DAS units must be no larger than 1.7 inches x 1.7 inches x 0.35 inches and weight no more than 0.9 ounces i. Data acquisition system (DAS) must supply voltage to at least sixteen (16) external sensors j. The DAS connects to the workstation via USB cable k. The DAS interfaces with a user-friendly program for DAS setup, data collection, and simple data analysis for the hardware - compatible with existing USAARL DTS SLICE MICRO software l. Must contain all fixtures, screws, and caps associated with assembling the functioning DAS. 2. Three DAS Main Processor is required with the following characteristics: a. Must have on board memory of at least 16GB b. Must be able to connect to workstation or other systems via USB port c. Must be capable of protecting against reverse current d. Must have remote control input for turning unit power on/off e. Must operate in a a range of 7-15 VDC input, including while connected to other main processors f. Must be capable of a maximum sampling rate of at least 200,000 samples per second for each channel at maximum channel capability g. Must be capable of at least 500,000 samples per second for each channel at 3 channels. h. Must have a circular buffer and timed recorder mode i. Must be capable of recording multiple events j. Must have the standalone operation ability k. Must have at least the following trigger operations: contact closure, TTL, and level 3. Three triaxial accelerometer DAS units are required, each with the following characteristics: a. Accelerometer range up to +/- 500G b. Triaxial accelerometer contained within a single module c. Bandwidth is 0-5,000 Hz 4. Three triaxial angular rate sensor DAS units are required, each with the following characteristics: a. Angular rate sensor range of at least 1,500 degrees per second b. Triaxial angular rate sensor contained within a single module c. Bandwidth is 0-2,000 Hz 5. Nine Modular DAS units are required, each with the following characteristics: a. Must allow connection of at least 3 external sensors (single or differential) b. Must have at least three sensor channels that are differential and programmable c. Must have at least 16 bit resolution d. Bandwidth DC to at least 40kHz (adjustable anti‐alias filtering) e. Programmable gain range from 1 to at least 1280 f. Automatic offset rage at 100 percent of effective input g. Excitation voltage of 5VDc. h. Input range of +/- 2.4 V i. Must be capable of signal conditioning, including Wheatstone bridge support (full and half bridge with shunt emulation) j. Must include connector for each channel CONTRACT ADMINISTRATION ****The following will be filled in at time of award.**** Contact/Invoicing Information for Award: Contracting Officer (KO) (Authorized official to bind the Government in Contracts) U.S. Army Medical Research Acquisition Activity (USAMRAA) ATTN: MCMR-AAA-MA 820 Chandler Street Fort Detrick, MD 21702-5014 Phone: Email: Contract Administrative Information Contact (AIC): Ms. Shylonda Minter Contract Specialist U.S. Army Medical Research Acquisition Activity (USAMRAA) 820 Chandler Street Fort Detrick, MD 21702-5014 Phone: 301-619-9524 Email: shylonda.y.minter.civ@mail.mil Administrative Information Contact for Receiving Reports: (Government customer receiving supplies/services) Attn: Phone: Email: Technical Information Contact (TIC): Attn: Phone: Email: Vendor Information Contact (VIC): Attn: Phone: Fax: Email: Delivery Instructions: Vendor is to ensure that is on all shipping containers/packages is labeled with W81XWH-xx-xxxx Invoicing Questions: Questions regarding payment should be directed to INDY DFAS, 1-888-332-7366 (Option 2) OR 1-317-510-0300 (Option 2). Email: DFAS-IN.97.VPIS@DFAS.MIL All questions with pertaining to imputing an invoice into the Wide Area Workflow (WAWF) should be directed to the WAWF Help Desk @ 1-866-618-5988. Websites available for your use: 1) https://myinvoice.csd.disa.mil, self-register to obtain an account to view vendor invoices. 2) https://wawf.eb.mil - self register to obtain access to electronic invoicing or training - https://wawf.training.eb.mil ***NOTE - please see DFARS 252.232-7003 for electronic submission of payment request The Contractor shall immediately notify the Contracting Officer for clarification when a question arises regarding the authority of any person to act for the Contracting Officer under this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-17-T-0373/listing.html)
 
Place of Performance
Address: U.S. Army Aeromedical Research Laboratory (USAARL) located at 6901 Ferrell Road,., Fort Rucker, Alabama, 36362-0577, United States
Zip Code: 36362-0577
 
Record
SN04624496-W 20170813/170811231640-b8a9050cdfcde89446421e42edbba7e9 (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  © 1994-2020, Loren Data Corp.