Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOLICITATION NOTICE

36 -- Two Axis Spin Fixture and Simulated Projectile

Notice Date
5/12/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-05-T-0137
 
Response Due
6/7/2005
 
Archive Date
7/7/2005
 
Description
W15QKN-05-T-0137 FedBizOpps notice Date: 2005-05-12 Description: This notice replaces the synopsis issued 3/18/05, solicitation # W15QKN-05-Q-0106. This is a combined synopsis/solicitation notice 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 solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is an RFQ and the solicitation number is W15QKN-05-T-0137. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-26. This is a small business set aside and the associated NAICS code is 334519. Small business standard for NAICS code 334519 is less than 500 employees. The US Army TACOM-Picatinny intends to award a purchase order for CLIN 0001, Two-Axis Fuze Spin Fixture and simulated projectile, to include installation and startup of assembly, training and warranty, including software and hardware upgrades for the life of the warranty, in accordance with the following: The fuze spin fixture will be used to test sensors, subsystems and other components related to guided munitions. The fuze spin fixture will spin a MIL-STD-333 fuze bi- directionally, with a hollow mass physically and electrically simulating the body of a NATO 155mm projectile. (Interested parties can obtain drawings of the MIL-STD-333, and the NATO 155mm projectile form via email from Contracting Officer, Diana McGinley, dmcgin@pica.army.mil ). The contractor shall provide a stable base, single axis fuze spin fixture allowing for adjustable pitch with standard controller. The drive motor and a mass simulating a 155mm projectile body shall also be provided by the contractor. The simulated body will be fixed and independent from the fuze. The system will allow for real-time rotational commands as well as pre-programmed rotational commands for extended periods of time. The system will also allow for manual pitch control. Installation and startup of assembly is required. These items shall be provided in accordance with the following: Assembly:The assembly will consist of a fixed simulated NATO standard 155 mm projectile body and a shaft with a MIL-STD-333 fuze interface. The assembly must allow for manual variation of pitch 60?? from Horizontal (along the spinning axis). SPIN FIXTURE SPECIFICATIONS:The Spin Fixture must accept manual rotational commands as well as follow a pre-programmed set of commands. - Programmable* Rotation Speed 0-300 Hz (Rev/sec) Bi-directional, 0-100 Hz in 1Hz step increments; 100-200 Hz in 10 Step increments; 200-300 Hz in 20 Hz Step increments. The angular velocity of the motor output shaft shall be programmable to increase and decrease in angular velocity by 1 Hz (Hz = revolution per second) step increments from 0 to 100 Hz. Likewise, from 100Hz to 200Hz the velocity shall increase and decrease in 10Hz step increments. Finally, from 200Hz to maximum angular velocity (300Hz) the velocity shall increase and decrease in 20Hz step increments. -Acceleration/deceleration rate Programmable (Min: 900,000 ??/s2) -Max Load Capacity (fuze only) 45 lbs -Rate Accuracy 1.0% -Pitch Range +60?? From Horizontal (5?? increments) -Pitch Position Accuracy ??15 Arc Minutes -Slip Rings 20 each @3 amps Shielded Isolation 10 meg ohm or greater. Noise less than .005 Ohms CONTROLLER SPECIFICATIONS: Controller must be portable and detached from spin fixture. The controller must be able to travel a minimum of 20 feet away from the physical spin fixture system. -Digital Readout Resolution 1 Hz -Rate Accuracy 1.0% ELECTRICAL INTERFACES: RS-232 ; IEEE-488 SAFETY:The spin fixture system must be controllable from a safe distance of 20 feet away. A fail safe braking device is required for all axes controllable at the 20 foot safety requirement. TRANSPORTATION: -The spin fixture system must be equipped with a set of casters capable of transporting system in rough terrains. -Must be able to secure system for stable testing. -System must be equipped with attachment eye bolts capable of supporting the load for loading and unloading of system from a crane. WARRANTY : The Contractor shall extend all warranties to be identical to those offered to the general public in customary commercial practices should those terms exceed the requirements of this solicitation for a one year warranty. COVERAGE PERIOD - The warranty period will commence upon date of delivery to the Government and shall end a minimum of one year from that date. User receipt of an item that is inoperable upon delivery shall be resolved in accordance with the warranty provisions. UPGRADES : Software and Hardware upgrades should be included for the life of the warranty. TIME TO REPAIR : The Contractor shall be notified within 48 hours of the need for warranty service. Equipment/software shall be repaired or replaced, on-site at Picatinny Arsenal, and fully operational within 15 working days following notification to the Contractor???s designated technical support personnel of the need for warranty service. TRAINING: The Contractor shall provide training for 3 representatives of Picatinny Arsenal at Picatinny Arsenal, NJ. Training shall begin within 1 month of delivery. Provided training is not limited to but must consist of teaching representatives methods of operating software interface for all functions necessary to run system in its entirety. Offeror must include description of training, schedule, and number of days required. PERIOD OF PERFORMANCE: Period of performance shall be 7 months from date of award inclusive of 6 months for delivery and 1 month for training. This is a competitive acquisition using the authority of FAR 12.6. Delivery shall be made within 6 months from the date of award to Joseph Carson, US ARMY ARDEC AMSRD-AAR-AEP-S Building 94 FLR 2 Picatinny Arsenal, NJ. The F.O.B. point and acceptance shall be the destination. The estimated weight is less than 200 pounds. No DOT markings are required. This item is not AA&E. The contractor shall use standard practice for commercial packaging. Items shall be packed and shipped in accordance with commercial requirements. Government Procurement Quality Assurance actions will be accomplished by the Governments authorized Quality Assurance Representative at destination. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also the full text of a solicitation provision, or contract clause, may be accessed at http://procnet.pica.army.mil. Select Local Link to access ARDEC clauses. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://procnet.pica.army.mil . The provision at FAR 52.212-1, Instructions to Offerors ??? Commercial, applies to this acquisition. Included with this provision shall be the following addendums: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Offerors shall be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Items against the information submitted by the offerors in accordance with FAR 52.212-1, Instructions to Offerors relating to the following evaluation factors: (i)Technical Capability to include warranty and training. (ii) Price. The clause at FAR 52.212-3 Alternate I, applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items with their offers. The clause at FAR 52.212-4, Contract Terms and Conditions ??? Commercial Items, applies to this acquisition. The following clauses shall be incorporated by addendum: 52.204-7 Central Contractor Registration 52.225-15 Restrictions on Certain Foreign purchases 52.246-3 Inspection of Supplies 52.247-34 F.O.B Destination 252.204-7003 Control of Government Personnel Work Product 252.201-7000 Contracting Officer???s Representative 252.211-7003 Item Identification and Valuation ARDEC 144 Proposal Submission Requirement ARDEC 163 Disclosure of Unit Price Information ARDEC 161 Identification of Work Performed at a Government Location ARDEC 25 Commercial Packaging Requirements ARDEC 46 Deliveries to TACOM-ARDEC ARDEC 59 Payment ARDEC 68 Identification of Contractor Employees The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statute or Executive Orders ??? Commercial Items, applies to this acquisition. The following additional clauses cited in the above referenced clause shall apply to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside 52.222-19 Child Labor ??? Cooperation with Authorities and Remedies 52.222-21 Prohibition on Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-35 Affirmative Action for Disable Veterans and Veterans of the Vietnam Era 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.225-1 Buy American Act-Supplies 52.225-2 Buy American Act-Certificate 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer ??? Central Contractor Registration 52.239-1 Privacy or Security Safeguards 52.222-41 Service Contract Act of 1965 as Amended 52.222-42 Statement of Equivalent Rates for Federal Hires The clause at DFAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional clauses cited in the above referenced clause shall apply to this acquisition: 252.225-7001 Buy American Act 252.232-7003 Electronic Submission of Payment Requests The DPAS rating is DOA6. See Numbered Note 1- this is a small business set aside. The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. A DD Form 250, Material Inspection and Receiving Report, is applicable to this effort and should be submitted prior to invoicing. Quotations for CLIN 0001, including fabrication, packaging, delivery, training, warranty and hardware and software upgrades for life of the warranty, are due by 4PM EDT, Thursday 26 May 2005 . Quotes should sent via email to dmcgin@pica.army.mil and copied to jdyda@pica.army.mil. For information regarding this solicitation, contact Jacki Dyda, Contract specialist, at (973) 724-3222 jdyda@pica.army.mil or Dianna McGinley, Contracting Officer, at (973) 724-4423, dmcgin@pica.army.mil.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-05-T-0137)
 
Record
SN00806097-W 20050514/050512212227 (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.