COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12, 2001 PSA #2766
SOLICITATIONS
66 -- SIX COMPONENT WHEEL TRANSDUCERS."
- Notice Date
- January 10, 2001
- Contracting Office
- Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 400 7th Street, SW, Room 5301, Washington, DC, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTNH22-01-R-08205
- Response Due
- January 31, 2001
- Point of Contact
- Robin Esser, Contracting Officer ( OH ), Phone (937)666-4511, Fax (937)666-3590, Email R.Esser@NHTSA.DOT.GOV
- E-Mail Address
- Robin Esser (R.Esser@NHTSA.DOT.GOV)
- Description
- This Presolicitation Notice is issued by DOT/NHTSA Headquarters for and on behalf of our field office,hence all inqueries / correspondence may please be addressed to Ms. Robin Esser at the phone numbers & addresses provided in "Point of Contact " & "Place of Contract Performance." -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- -- This is a combined synopsis and 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 request for quotation; a written solicitation will not be issued. Request for Quotation (RFQ) number is DTNH22-01-R-08205. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. This procurement is unrestricted. The National Highway Traffic Safety Administration, Vehicle Research and Test Center (VRTC) intends to conduct research to develop improved tire standards. To facilitate this testing, VRTC requires a set of four (4) six-component wheel transducers to monitor forces and moments acting about three axes on each of the vehicle's four wheels. Test vehicles may have a weight range of 2800 to 6000 pounds and may be tested in dry, wet and/or dusty conditions. Transducers shall be of minimal weight and designed to minimize the deviation from OEM wheel characteristics. They must be easily installed onto a test vehicle with commercially available rim and hub adapters and two piece modular rim assemblies. The sensors shall operate within a temperature range of 0 -- 250 F while maintaining low drift and crosstalk. They shall be durable and have an over-range capability of at least 20%. VRTC intends to negotiate a firm-fixed price contract for the following specific items: Line Item 001 -- Six Component Wheel Transducer , 4 each, transducers must monitor forces and moments acting about three axes on each of the vehicle's four wheels and be powered by a passenger car 12 VDC battery. Line Item 002 -- Transducer Interface/Cables/Connectors, 4 each -- interface shall perform crosstalk compensation, reference data to the wheel axes, synchronize data in the time domain, perform signal conditioning, and output high-level analog signal data to a government furnished PC-based data acquisition system. Line Item 003 -- Documentation -- One complete set of manuals, user guides, installation instructions and service manuals shall be provided. Line Item 004 -- Training/Installation -- On-site training at VRTC, East Liberty, Ohio for up to four technical staff members shall be provided. Line Item 005 -- price each for additional wheel transducer/cable in optional quantities (up to four) over the next 24 month period. Quotations must contain: 1) prices -- shall be submitted on a line item basis. Where the proposed prices are based upon catalog or list prices, the relevant catalog or list shall be provided. Where the proposed prices are not based upon catalog or list prices, the basis for the proposed prices shall be described, including, if appropriate, a detailed cost breakdown. As applicable, any proposed discounts, on a most-favored customer basis, shall be identified. Delivery of line items 001 thru 004 are required by the government within 90 days after award. 2) product information including the manufacturer's brand model or part number along with a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of this announcement. This may consist of product literature, illustrations, drawings or other documents as necessary; 3) a repair history on units previously sold -- this shall be submitted as a percentage of equipment returned for factory repair within the first 6 months, 1 year and 2 year period, after initial sale, for other than standard calibrations; 4) reference information -- quoter shall provide with their quote three government or private industry references complete with point of contact, phone number, fax number, contract number, amount of contract and items provided; 5) product warranty information for items contained in the quotation -- quoter shall extend to the government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government; 6) confirmation that delivery can be made within the stated required delivery time or any proposed accelerated delivery date. Quoters are encouraged to submit an accelerated delivery schedule if possible. Indicate costs associated with an accelerated delivery, if any; 7) name of and be signed by an authorized company representative along with telephone and fax number. Delivery shall be FOB: Destination to Vehicle Research and Test Center, 10820 St. Rt. 347, Bldg. 60, East Liberty, OH 43319 with final inspection and acceptance at destination. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors _ Commercial Items; 52.212-2 Evaluation _ Commercial Items. The government may award a purchase order resulting from this RFQ to the responsible contractor whose quote, conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following factors, listed in descending order of importance, shall be used to evaluate quotations: (1) Technical capability and reliability of the items offered to meet the research requirement. Technical acceptability will be determined solely on the content of the information submitted and the compliance of the items to the specific requirements. (2) Past Performance -- Past performance shall be assessed based upon reference information provided; (3) Delivery Schedule (4) Price. A completed copy of FAR 52.212-3 Offeror Representations and Certifications _ Commercial items must be submitted with quote. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items apply. Under 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, the following clauses are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (July 1995), Alternate I (Oct 1995), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) if the quoter elects to waive the preference, it shall so indicate in its quotation, 52.219-8 Utilization of Small Business Concerns (Oct 1999), 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Feb 1999) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998) 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999),52.225-1, Buy American Act-Balance of Payments Program-Supplies (Feb 2000), 52.225-13, Restriction on Certain Foreign Purchases (Jul 2000),52.232-34, Payment by Electronic Funds Transfer- Other than Central Contractor Registration (May. 1999). Full text of the clauses may be accessed electronically at the internet site http;//www.arnet.gov/far. Quotations are to be forwarded to the following address, to be received by no later than 2:00 p.m., January 31, 2001: Vehicle Research & Test Center, P.O. Box B-37, East Liberty, OH 43319, Attn: Robin R. Esser, Contracting Officer. The anticipated award date is February 15, 2001. The Government intends to award one (1) purchase order for the above requirement at this time. Optional quantities may be required within the next 24 month period and will be authorized by the order issued. All responsible sources may submit a quote which shall be considered by this agency.*****
- Web Link
- Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=DTNH22-01-R-08205&L=135)
- Record
- Loren Data Corp. 20010112/66SOL006.HTM (D-010 SN50A5V4)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on January 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|