Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SPECIAL NOTICE

99 -- Amendment to previous submitted Combined Synopsis/Solicitation W52H09-05-R-0230, Single Axis Test System and Option Upgrade for Hexapod Test System.

Notice Date
4/8/2005
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
USA-SNOTE-050408-002
 
Archive Date
6/7/2005
 
Description
(Added) This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The initital CSS published April 7, 2005, without description. Response date 2005APR21 remains unchanged. The U.S. Army, TACOM, Rock Island, Illinois, intends to negotiate and award a firm fixed-priced type contract for a Single Axis Test System and an option for an Upgrade to Six (6) degree-of-freedom (DOF) HEXAPOD TEST SYSTEM. Reference: Request for Proposal (RFP) W52H09-05-R-0230. This CSS for commercial items prepared in accordance with the format in Subpart 12.6, and as supplemented with additional information included in this notice. Proposals are requested and a separate, written solicitation will not be issued. This CSS is issued through ASFI/FedBizOpps, as will any amendments thereto. This CSS hereby incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-2 7, effective 22 Dec 04. The associated North American Industry Classification System code is 334516, with a size standard of $5 million. This requirement is for one (1) each Single Axis Test System (CLIN 0001AA), and one (1) each, Upgrade Option for conv ersion to a six (6) DOF HEXAPOD TEST SYSTEM (CLIN 0001AB). CLIN 0001AA requires a performance capability of a one (1) DOF simulation table for simulation of truck transport of packaged commodities over rough terrain. The minimum specifications for this s ystem follow: 1,000-pound payload, 10G vertical acceleration, +/- 4-inch vertical displacement, 50-inches/second vertical velocity, and 0-50 Hz frequency response. CLIN 0001AAs Required Delivery Date is 120 days after award. CLIN 0001AB requires a perf ormance capability of a six (6) DOF simulation table for simulation of truck transport of packaged commodities over rough terrain. The minimum specifications for this system follow: 1,000 pound payload, 10G vertical acceleration, 3G lateral and longitudi nal acceleration, +/- 4-inches vertical displacement, +/- 5-inch lateral and longitudinal displacement, +/- 7-degrees of table angle, 50-inches/second vertical velocity, 64-inches/second lateral and longitudinal acceleration, 0-50Hz frequency response. CL IN_0001ABs Required Delivery Date by 60 days after written acceptance of offer if awarded separate from CLIN 0001AA; or a total of 180 days after award if CLINs 0001AA and 0001AB are award combined. Proposed system (CLIN 0001AA), and Upgrade Option (CLIN 00001AB) should be a complete ready-to-run system to include all necessary hydraulic sources as well as controller electronics. The simulation table structure will be installed in an existing pit measuring 144-inches long, 119-inches wide, and 32-inches deep. System height will be in the range of 48 to 56-inches when measured from the pit floor. The simulation table structure should be capable of supporting test platforms up to 5-feet by 6-feet in size. Proposed systems will run off of a 3-phase 480VAC power source. FOB is Destination: Building 131, Rock Island Arsenal, Illinois, USA. This solicitation incorporates one or more clauses by reference, with the same force and effect as if in full text. Full text of a clause may be accessed electronicall y at: http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. Reference: FAR 52.212-1, Instructions to Offerors--Commercial; FAR 52.212-2, Evaluation--Commercial Items; FAR 52.212-3, Offeror Representations and Certification--Commercial Item: Effectiv e January 1, 2005 all offerors are required to submit representations and certifications electronically via the Business Partner Network (BPN), at http://www.bpn.gov. Award will not be made unless contractor is registered. FAR 52.212-4, Contract Terms an d Conditions-Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the sol icitation and is deemed the most advantageous to the Government. There are no NSNs or drawings. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements, (ii) delivery time, and (iii) price. Supporting evidence must be furnished in sufficient detail to demonstrate firms ability to comply with the above requirements. FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercia l Items (Deviation); FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabili ties; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.252-2, Clauses Incorporated by Ref erence; FAR 252.212-7001, (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); FAR 252.225-7001, Buy American Act and Balance of Payments Program. LCMC, Tacom has established the capability to receive bids, proposals, and quotes electronically. A hotlink from the TACOM-RI Solicitation Page has been activated to fully automate the response process--http://aais.ria.army.mil/aais/SOLINFO/index.htm. Bids/prop osals/ quotes in response to this solicitation are required to be submitted in electronic format. Hard copy bids/offers/quotes are not accepted. Bids submitted by electronic fax to 309-782-2047 will be accepted as these bids are considered to be electron ic communication. Offers must provide sufficient evidence to determine technically acceptability to meet the above minimum Government requirements. Only technical questions received within five (5) days from the publication of this notice shall be addres sed. Technical questions shall be submitted via e-mail to jane.nelson@us.army.mil. Telephone requests or inquiries will not be accepted. The Government is under no obligation and no longer maintains a bidders mailing list. It is incumbent upon an inter ested party to periodically access this Internet address to obtain any issued amendments. Failure to obtain any amendments and respond accordingly by the date and time set as the bid opening/receipt of proposals may render your firms offer or proposal no nresponsive and not considered for any resulting award. This acquisition is DO-C9 rated. Offers are required on an all or none basis. Proposals are due by 2005APR21, 1:00 P.M., local time. Reference: Request for Proposal W52H09-05-R-0230. Contract_Sp ecialist: Mrs. Jane E. Nelson, 309-782-5626, jane.nelson@us.army.mil. Contracting Officer: Mrs. Margaret C. Tuftee.
 
Record
SN00785184-W 20050410/050408212508 (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.