Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

66 -- Turn-key 3D Digital Image Correlation - A02 - Provisions and Clauses Full-Text Attachment

Notice Date
9/12/2017
 
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-17-T-0299
 
Archive Date
10/4/2017
 
Point of Contact
Jessica R. Camunez, Phone: 5756788283
 
E-Mail Address
jessica.r.camunez.civ@mail.mil
(jessica.r.camunez.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
A02 - Provisions and Clauses Full-Text Attachment Disclaimer: 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. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. IF ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is 1,000 employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Specifications/Requirement: Turn-key 3D Digital Image Correlation (DIC) system for non-contact measurement of full-field coordinates, displacements, velocities, and strains at high temperature. 1. System must be capable of high resolution strain measurements of 50 µstrains or less a. In-plane resolution of (1/100000)*field-of-view (FOV) or better b. Out-of-plane resolution of (1/50000)*FOV or better c. System must be capable of measuring global strains ranging from 50 µstrains or less and up to 1000000 µstrains or higher 2. System capable of full-field measurements at temperatures from ambient to 2000 °C or higher. a. System includes the appropriate camera filters for full-field measurements of samples placed in a high-velocity flame, with gas temperatures up to 2000 °C. b. System must include high-intensity pulsed light source with appropriate filters for full-field measurements at temperatures from ambient to 2000 °C or higher. 3. System must include two (2) high definiton or better cameras: a. Resolution: 2 - 12 Megapixels or more with pixel size of 7 x 7 µm2 or smaller b. Frame rate: 300 Hz or higher at full resolution. 4. System capable of full-field measurements of small (6 mm wide) samples located approximately 50 cm from the cameras through a sapphire window (approximately 2" wide x 3" long) and larger samples (30 mm wide) located approximately 1 m from the cameras. 5. Contractor shall provide portable mounting structure(s) and fixture(s) for system cameras 6. System includes three (3) or more positioning laser pointers for alignment 7. System capable of acquiring external three (3) or more analog voltages simultaneously with image acquisition. 8. System must include an automated calibration procedure and the appropriate calibration targets for 2D and 3D measurements. 9. System software capable of 2D and 3D image acquisition and analysis; in addition, the software pre-installed on a computer. a. One (1) or more additional license(s) of the software provided for post-processing and data analysis on a separate computer. b. Data must be exportable to ASCII as well as spreadsheet-compatible files. c. Software must be capable of generating animations (format: AVI, MP4, and/or GIF) of strain distributions both from 3D and image-overlay contour plots d. System must include video player, with adjustable frame rate, single-step functionality and zooming 10. Computer must meet or exceed the following: a. Quad-core (or higher) processor (3.0 GHz or higher) b. 16 GB or higher RAM c. 250 GB or higher boot drive d. 1 TB or higher storage drive e. DVD-R/W f. Windows 10 Professional, Linux (KDE/Ubuntu/GNOME/Mint), or higher g. One (1) or more 24 inch or larger high-definition monitor(s) h. One (1) QWERTY-keyboard i. One (1) multi-button optical mouse 11. Computer, and all necessary system electronics, must be housed/mounted on a wheeled structure for easy portability of the system. 12. Contractor shall provide cables of sufficient length to allow remote operation of the DIC system from 50 ft or further away. 13. System must include two (2) hard-copies and one (1) soft-copy of all equipment manuals. 14. Contractor shall provide technical support and software upgrades for three (3) years or longer. 15. Contractor shall provide on-site set-up and installation. 16. Contractor shall provide training for up to five (5) ARL staff members for up to two (2) days at a location and time designated by the Government Technical Point of Contact (TPOC). 17. Contractor shall provide a full warranty of the DIC system for three (3) years, beginning on the first day after post-installation acceptance by the Government TPOC. The warranty must include an annual preventative maintenance visit, the replacement of all defective parts at no additional cost to the Government, and a response time of 48 hours form the time the Government contacts the Contractor with a request for service to diagnose and propose a plan to repair the DIC system. 18. Computer System and its components must be energy star certified 19. Federal Acquisition Regulation (FAR) Part 23.206 requires agencies to insert the clause at FAR section 52.223-15 into contracts and solicitations that deliver, acquire, furnish, or specify energy-consuming products for use in federal government facilities. To comply with FAR requirements, FEMP recommends that agencies incorporate efficiency requirements into technical specifications, the evaluation criteria of solicitations, and the evaluations of solicitation responses. Delivery: Delivery is required by 60 days ACA. Delivery shall be made to 321 Colleran Rd, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at 321 Colleran Rd, Aberdeen Proving Ground, MD 21005. The FOB point is final destination. Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government's minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government's minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. 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 NONE. V. 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: FAR 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.212-3 ALT I OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2015) ALT I (OCT 2014) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION 52.222-3, CONVICT LABOR (JUN 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, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.222-55, MINIMUM WAGES UNDER EXECUITVE ORDER 13658 (DEC 2014) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) DFAR 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) 252.204-7000, DISCLOSURE OF INFORMATION 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7009, LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010) 252.239-7018, SUPPLY CHAIN RISK (NOV 2013) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) VI. 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): 52.204-7 SYSTEM FOR AWARD MANAGEMENT 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 52.252-1 SOLICITATION PROVISION INCLUDED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.204-0009 CONTRACT WIDE: BY FISCAL YEAR 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. VIII. The following notes apply to this announcement: N/A. Place of Performance: Aberdeen Proving Ground, MD 21005. Offers are due on 9/19/2017, by 10:00am EST, to jessica.r.camunez.civ@mail.mil and benjamin.c.brown74.ctr@mail.mil For information regarding this solicitation, please contact Jessica Camunez, 575-678-8283, jessica.r.camunez.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6840a1f5f423058cd8f6503a4a1c55a7)
 
Record
SN04673374-W 20170914/170912232310-6840a1f5f423058cd8f6503a4a1c55a7 (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.