Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2003 FBO #0441
SOLICITATION NOTICE

66 -- HYDRAULIC SLIP TABLE

Notice Date
2/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-03-R-MM03
 
Archive Date
2/14/2004
 
Point of Contact
Marita Thompson, Contract Specialist, Phone 202-767-0666, Fax 202-767-6197, - Carol Parnell, Contracting Officer, Phone 202-767-2372, Fax 202-767-6197,
 
E-Mail Address
thompson@contracts.nrl.navy.mil, parnell@contracts.nrl.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-03-R-MM03, is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-11 and DFARS Change Notice 20021220. This RFP is being issued under 100% Small Business Set-Aside. The associated NAICS code 339999 with a small business size standard of 500. NRL has a requirement for a Hydraulic Slip Plate. The final product is considered to be a 2-inch stroke slip table capable of interfacing with a 50,000lbf shaker. The table itself should be able to handle high pitch, and roll moments, and be light in weight to utilize shaker force rating efficiently. An existing table utilizes 9 TEAM hydraulic bearings to accomplish this presently. The Government will conduct a site visit on Thursday, February 27, 2003 EST at the Naval Research Laboratory, 4555 Overlook Ave., S.W., Washington, DC 20375. Contractors shall contact the contract specialist point of contact listed below if they desire to attend the site visit and provide the names for each representative 48 hours prior to site visit date. Access to the site will be denied without prior approval and notification to the contract specialist. The required instrument shall meet or exceed the following Specifications: The slip table shall be a minimum of 72 x 72 inch slip table. The plate shall be made of magnesium for weight reduction. Specimen Mounting Holes 3/8-16-thread size located in a 5.5 x 5.5 inch staggered (second row of holes start diagonally 2.75 inch apart) shall be provided on the slip table surface. A drive bar adaptor shall be made of magnesium for its weight savings, and provide a rigid mechanical linkage of the slip plate to the shaker armature. The slip plate shall react to a minimum pitch moment of >12.3 x10^6in-lbs, and react to a minimum roll moment of >12.3 x10^6. The slip table total moving weight shall be approximately 1200lbs or less, for efficient use of shaker force capability. Hydraulic bearings to restrain lateral and vertical motion shall be supplied. The slip plate shall be sealed so that dirt or water cannot contaminate the oil. A recirculating oil system shall be supplied including pump, filter, etc. The slip table shall use a riser base made of heavy steel weldment custom-designed to elevate slip table to correct height and bolt directly to existing steel plate on NRL's seismic mass. The riser base shall not affect the previously stated overturning moments when shaking a 6000lb payload. It shall be possible to operate a UD T5000 shaker at full performance with the shaker locked rigidly to the base and attached to slip table. The slip plate shall be ground flat ? .0005"/ft. The contractor shall install & commission system described to include alignment, securing, fit check to shaker, all service connections, and operational test within 30 days of delivery. The contractor shall provide at least 5 copies of the following: manuals, schematics, and installation drawings of slip table, oil pump, drive bar, etc. Minimum warranty shall be for a period of one year after date of delivery to be free from manufacturing defects in material or workmanship. The Contracting Officer's Representative (COR) shall be informed of all Acceptance Test Program (ATP) testing on major hardware items, and shall be able to witness ATP testing on all major hardware. Alternate proposals will be considered for the modification of existing TEAM hydraulic bearings (9 each) to extend the stroke capability to two (2) inches. Optional proposals will be considered for warranty, service agreements, that extend beyond the manufacturer one-year warranty. Delivery and acceptance is at NRL, 4555 Overlook Ave., SW, Washington, DC 20375, FOB Destination. Delivery shall be no later than 30 days from date of contract award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The provision at FAR 52.212-2, Evaluation -Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (1) technical capability of the item offered to meet NRL's need (2) price and (3) past performance. Technical and past performances, when combined, are of equal importance compared to price. Offeror must complete and submit with its proposal, FAR 52.212-3, Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are available electronically at: http://heron.nrl.navy.mil/contracts/reps&certs.htm. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition, (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, (2) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999), (3) 52.219-8, Utilization of Small Business Concerns, (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26, Equal Opportunity, (6) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (7) 52.222-36, Affirmative Action for Workers with Disabilities, (8) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (9) 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: (1) 252.225-7012, (2) 252.227-7015, (3) 252.243-7002, (4) 252.247-7023. The following additional FAR clauses apply: 52.203-8; 52.203-10. The following additional DFARs clauses apply: 252.204-7004, 252.232-7009. All EIT supplies and services provided under must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the closing date of this solicitation. An original and two (2) copies of the offeror's proposal shall be received on or before 4:00 P.M. local time, 19 March 2003 at the Naval Research Laboratory-SSC, Attn: Contracting Officer, Code 3230.MM, Bldg 222, Rm 115A, Naval Research Laboratory, 4555 Overlook Avenue, S.W., Washington, DC 20375-5326. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact listed below. SEE NOTE #1.
 
Place of Performance
Address: NAVAL RESEARCH LABORATORY, WASHINGTON, D.C.
 
Record
SN00259996-W 20030216/030214213713 (fbodaily.com)
 
Source
FedBizOpps.gov 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.