Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2017 FBO #5808
SOLICITATION NOTICE

J -- Engine Data Acquistion and Control System Maintenance - Full Text Clauses - PWS

Notice Date
10/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
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-18-T-0017
 
Archive Date
11/4/2017
 
Point of Contact
Frankin H. Hamilton, Phone: 5756784963, Daniel J. Balizan, Phone: 5756784349
 
E-Mail Address
franklin.h.hamilton2.civ@mail.mil, Daniel.J.Balizan.Civ@Mail.mil
(franklin.h.hamilton2.civ@mail.mil, Daniel.J.Balizan.Civ@Mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement. Full Text Clauses. (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). The name of the company the Government intends to award a contract to is Southwest Research Institute, 6220 Culebra Road, San Antonio, TX 78228-0510. 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 -18-T-0017. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 published 13 January 2017. (iv) The associated NAICS code is 811118. The small business size standard is $7,500,000.00 (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN001 Provide a subscription for technical phone support for a period of two (2) years starting from the date of Contract Award, not to exceed two (2) hours per month. Payable upon contract award. CLIN002 First on-site visit by Contractor at Aberdeen Proving Ground to focus on requirement C.3.1. Payable upon completion of the visit and the specified requirement. CLIN003 Second on-site visit by Contractor at Aberdeen Proving Ground to focus on requirement C.3.2. Payable upon completion of the visit and the specified requirement. CLIN004 Third on-site visit by Contractor at Aberdeen Proving Ground to focus on requirement C.3.3-6. Payable upon completion of the visit and the specified requirements. CLIN005 Fourth on-site visit by Contractor at Aberdeen Proving Ground to focus on requirement C.3.7-12. Payable upon completion of the visit and the specified requirements. (vi) Description of requirements: C.3 Requirement. The contractor shall perform the following: C.3.1 Modify the DAC software to allow for cylinder skip-firing capability for single- and multi-cylinder engines. C.3.2 Provide a closed-loop combustion control feature. The vi will advance, or retard the fuel injection in order to have the peak pressure location occur at a particular crank angle degree, as measured by an in-cylinder pressure sensor. C.3.3 Add functionality to output a trigger signal, which can be commanded manually, or tied to an engine crank angle position, for DAC synchronization with high-speed cameras and laser diagnostics. C.3.4 Modify "Engine Analog Sensors.vi" so that the displayed sensors can be changed depending on the Calfile. This way, unused sensors for a particular engine installation will not take up screen space. C.3.5 Replace all functionality from the Ricardo-NI Injector Driver program with functionality in the DAC. C.3.6 Address timeout issue in "Calscopes and Trends.vi," causing the entire DAC crashes if the parameter selector in Calscopes is left open too long. C.3.7 Establish software connectivity and control with the AVL fuel bench. C.3.8 Add programming for sixteen channels of 0-20 milliamp (mA) signals from a third NI 9208 module, replicating the programming for the first and second 9208 modules. C.3.9 Add the time stamp, in nanoseconds, from the high speed synchronous files to the low-speed text log. C.3.10 Add a button to the DAC that will allow operator to simultaneously start and stop the high-speed synchronous files with the text logger files C.3.11 Add a button to the DAC that will first record a snapshot file, then a high-speed file, then another snapshot file. C.3.12 Provide training to operators in all new features created as a result of the work, and comprehensive training for new operators. C.3.13 The Contractor shall meet the above requirements through four on-site visits at Aberdeen Proving Ground, Maryland. C.3.14 The Contractor shall include all travel expenses in their quoted price, such as airfare, lodging, food, and incidentals. C.3.15 The Contractor shall provide these services over the course of a two year period starting from the date of the contract award. C.3.16 The Contractor shall additionally provide phone support subscription to address any issues that arise with the new features over the two year period, not to exceed two hours per month. C.3.17 The Contractor shall maintain a log to record the number of hours worked on the ARL system, and the specific tasks achieved. C.4 Deliverables C.4.1The Contractor shall submit the log showing hours and tasks worked via electronic mail (e-mail) to the Technical Point of Contact (TPOC) on a bi-annual basis (vii) Acceptance shall be performed at Army Research Laboratory (ARL, Aberdeen Proving Ground, MD 21005. The FOB point is Destination. The Government technical point of contact (TPOC) information will be provided in the resultant contract award. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (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 (with its Alternate 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 NONE (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: 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATIONS (JAN 2017), 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017), 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), 52.213-2 INVOICES (APR 1984), 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013), 52.222-3 CONVICT LABOR (JUN 2003), 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), 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011), 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008), 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATIONS AND CERTIFICATIONS (OCT 2015), 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013), 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014), 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 (OCT 2016), 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992), 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 (OCT 2016), 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014), 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016), 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013), 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014), 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM (DEC 2016), 252.225-7048 EXPORT CONTROLLED ITEMS (JUNE 2013), 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006), 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010), 252.244-7000 SUBCONTRACTS-FOR COMMERCIAL ITEMS (JUN 2013), 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002). (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-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); 252.232-7006 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 10/17/2017, by 11:59 Eastern Standard Time (EST), via email to Franklin Hamilton franklin.h.hamilton2.civ@mail.mil, Please reference solicitation W911QX -18-T-0017on any correspondence. (xvii) For information regarding this solicitation, please contact Franklin Hamilton franklin.h.hamilton2.civ@mail.mil, CC Daniel Balizan daniel.j.balizan.civ@mail.mil. Please reference solicitation W911QX -18-T-0017on any correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2b6a71f63333ececa3879eef19f79ca)
 
Place of Performance
Address: U.S. Army Research Laboratory, Aberdeen Proving Ground (APG), Aberdeen, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04713979-W 20171018/171016230700-f2b6a71f63333ececa3879eef19f79ca (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.