Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2004 FBO #1004
SOLICITATION NOTICE

66 -- Installation of Vic Image Correlation Systems

Notice Date
8/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-04-T-0143
 
Response Due
8/31/2004
 
Archive Date
10/30/2004
 
Point of Contact
Raymond Burgess, 301-394-4348
 
E-Mail Address
Email your questions to RDECOM Acquisition Center - Adelphi
(rburgess@arl.army.mil)
 
Small Business Set-Aside
N/A
 
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. (ii) The solicitation number is W911QX-04-T-0143. This acquisition is issued as an Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are tho se in effect through Federal Acquisition Circular 01-24. This acquisition is set-aside for Small Business. The associated NAICS code is 541330. The small business size standard is $4,000,000. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLINS QTY ITEM 0001 1 EA Vic3D Image Correlation System - Vic3D, Vic2D, VicSnap Software and Pentium 4, 3.0Ghz, 1G mem, 17 inch monitor, 3 seat license, setup and training, data acquisition system, 2-Retiga camera with appropriate lenses for measurements of 0.179 dia and gage length specimens, mounting system, calibration plates for 0.179 inch specimen and other regularly supplied plates 0002 1 EA Second system excluding software and the computer: includes data acquisition system, 2-Retiga camera with appropriate lenses for measurements on standard specimens, mounting system, calibration plates 0003 1 EA Shipping Description of requirements: Installation of Vic3D Image Correlation Systems composed of the above listed clins manufactured by Correlated Solutions Inc., 952 Sunset Blvd., West Columbia, SC 29269 is being solicited on a Brand Name or Equal basis. C.1 B ackground: The following are the minimum salient characteistics for this equipment: The Army Research Laboratory is seeking a computer that is part of the Digital Image Correlation (DIC) system we are purchasing. Image analysis system consists of a works tation with Vic2D and Vic3d software and associated data acquit ion card and camera interface cards. This software will come loaded and turnkey to work with the cameras and test machines. The Computer will not be networked and will be attached to cameras a nd test machines through interface cards. The above characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an equal, the offered item shall be considered as the brand name product refere nced in this announcement. If the vendor proposes to furnish an equal product, the brand name of the product to be furnished shall be inserted in the proposal. (vii) Delivery is required two months after award of the contract. Delivery shall be made t o the Army Research Laboratory, Aberdeen Proving Grounds, APG Maryland, 21005-5001. Acceptance shall be performed at Army Research Laboratory, Aberdeen Proving Grounds, APG Maryland, 21005-5001. The FOB point is Destination. The provision at 52.212-1 , Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluati on criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. The technical capability and past performance are of equal importance and when combined are slightly more important than price. The tech nical evaluation will be a determination as to equality of the product to the brand name and shall be based on information furnished by the vendor The government is not responsible for locating or securing any information which is not identified in the pr oposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for t he government to determine whether the product meets the salient 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 o f 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 product to industry or government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules and warranty and maintenance reputation. Offerors must include records of three recent sales and identify a point of contact for each by providi ng 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 award t o other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, 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 DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial I tems, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-6; FAR 52.219.8; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-15; and F AR 52.232-33. (xiii) The following additional contract requirement(s) or terms and conditions apply: DFARS 252.212-7000 and 252.212-7001 apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7007 alternate I; D FARS 252.225-7012; DFARS 252.225-7016; DFARS 252.225-7036; and DFARS 252.247-7023 alternate I. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. The follo wing local contract requirement(s) or terms and conditions apply: ARL-B-004-4409; ARL-B-004-4411; ARL-G-032-4408; ARL-H-004-4408; ARL-H-005-4401; ARL-B006-4400. Clauses and Provisions can be obtained at http://w3.arl.army.mil/contracts/kosol.htm. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DO-C9. The following notes apply to this announcement: NONE. Offers are due on 31 August 2004, by 24:00 hours, at US Army Research Laboratory, RMAC-Adelphi, AMSR D-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783-1197 or via email to rburgess@arl.army.mil. For information regarding this solicitation, please contact Raymond Burgess, Contract Specialist at (301) 394-4348, FAX (301) 394-1660 or email at rburgess@ar l.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00650648-W 20040826/040825042517 (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  © 1994-2020, Loren Data Corp.