Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2004 FBO #0773
SOLICITATION NOTICE

66 -- TACMET II WEATHER SENSOR SYSTEM

Notice Date
1/7/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0181
 
Response Due
1/16/2004
 
Archive Date
3/16/2004
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(brenda.fletcher@sbccom.apgea.army.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 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 associated North America Industry Classification System (NAICS) Code is 334513 and the Business Size Standard is 500. The combined synopsis/soliciation number is W91ZLK-04-T-0181.Clin 0001 TACMET II Weather Sensor System to be placed inside of shelter Joint Point Biological Detection System Qty 15. Clin 0002 TACMET II Weather Sensor System for the Biological Integrated Detection System. Qty 40. Clin 0003 Mast Sonic Mount Qty 55. Cli n 004 Case for the TACMET II/Sonic w/Display Case. Clin 005 Manuals for TACMET II Qty 55. The specifications for the weather sensor sytem are as follows: output parameters: wind speed (m/s), wind direction (relative to housing), wind direction (oriented t o magnetic north), flux gate compass heading, temperature (degrees C) relative humidity, barometric pressure: wind speed (ultrasonic sensor) 0-65 m/s, wind speed accuracy +/-0.5 m/s, resolution 0.1 m/s measurement rate 2Hz each axis, wind direction 0-360, wind direction acciracu +/-5 degrees, resolution +/-1 degree, temperature ??????30 to 55 degrees C, temperature accuracy +/-0.3 degrees Celsius, resolution +/-0.1 degree, relative humidity 0 to 100%, relative humidity accuracy +/-3 percent, resolution +/-1 percent, barometric pressure 600 to 100 mBAR - +/-0.65mB, RS 232 19200 baud output, instantaneous output, Flux gate compass, +/-2 degree accuracy, body paint CARC green 383 (finished per MIL-C-53039A (ME), shield paint CARC green 383 (finished per MIL-C-5 3039A ME), mounting connector, Input voltage 10-14 volts DC, Environmental ??????40 to +60 degrees C, 0 to 100 percent RH, -100 to +10,000 ft MSL altitude, EMI/RFI resistant housing and filtering, Size of unit must be less tha 16 inches in height and maxim um diameter of 4 inches, Weight must be less than 3 kg. It is the contractor responsibility to provide supporting doucumetation with their proposal to demonstrate that the specification have been met. Failure of the contractor proposal to provide informa tion in sufficient detail and depth may result in the proposal non-responsive. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Ins tructions to Offerors--Commercial, applies to this acquisition. The provision at 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: T echnical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive materials (such as cuts, illustrations, drawings or other information) necessary for the government to determine whether the product meets the salie nt characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the offeror to meet the delivery schedules, warranty, training, and support. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The cla use at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The foll owing additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Sm all Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-6, Notice of Total Small Business Set-Aside: FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)) ; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; F AR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Ma y 1999), DFAR 252.204-7004 Required Central Contractor Registration, DFAR252.243-7001 Pricing of Contract Modifications, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items. The full text of the FAR references may be accessed elec tronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 16 January 2004 no later than 3:00 PM EST at the US Arm y Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410)278-0900, or via email brenda.j.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00499831-W 20040109/040107211930 (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.