Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2005 FBO #1292
SOLICITATION NOTICE

66 -- Amendment 004 to a Combined Synopsis/Solicitation (CSS) Request for Proposal (RFP) W52H09-05-R-0230, Single Axis Test System and Upgrade to Hexapod Test System

Notice Date
6/8/2005
 
Notice Type
Solicitation 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
W52H09-05-R-0230-0004
 
Response Due
6/17/2005
 
Archive Date
8/16/2005
 
Small Business Set-Aside
N/A
 
Description
This notice constitutes Amendment 004 to a Combined Synopsis/Solicitation (CSS) Request for Proposal (RFP) W52H09-05-R-0230. The U.S. Army, TACOM, Rock Island, Illinois, intends to negotiate and award a firm fixed-priced type contract for a SINGLE A XIS TEST SYSTEM, with an option to purchase and UPGRADE to Six (6) degree-of-freedom (DOF) HEXAPOD TEST SYSTEM. These two items are commercial in nature. This notice is prepared in accordance with the format in Subpart 12.6, and supplemented by additiona l information herein. Prospective Contractors are cautioned that any previously submitted offer will not be considered if dated prior to the issuance date of this notice. Initial and revised proposals are requested and a separate, written solicitation wi ll not be issued. This CSS is issued through ASFI/FedBizOps, as will any future amendments. This CSS hereby incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-03, effective 11 Apr 2005. The associated North American Industry Classification System code is 334516. This requirement is for one (1) each Single Axis Test System (CLIN 0001AA), and one (1) each, Upgrade Option for conversion to a six (6) DOF HEXAPOD TEST SYSTEM (CLIN 0001AB). CLIN 0001AA requires a performa nce capability of a one (1) DOF simulation table for simulation of truck transport of packaged commodities over rough terrain. The minimum system specifications are: 1,000-pound payload, 10G vertical acceleration. CLIN 0001AA's Required Delivery Date is 150 days after award. CLIN 0001AB requires a performance capability of a six (6) DOF simulation table for simulation of truck transport of packaged commodities over rough terrain. The minimum system specifications are: 1,000-pound payload, 10G vertical acceleration, 3G lateral and longitudinal acceleration, 4-inch 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. CLIN 0001AB's Required Delivery by 60 days after written acceptance of offer if awarded separate from CLIN 0001AA. Should initial award allow for funding and award of both CLINS 0001AA and 0001AB; the required delivery date is 180 da ys after award. 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-fe et by 6-feet in size. Proposed systems will run off of a 3-phase 480VAC power source. The contractor shall provide all labor, parts, tools, equipment, travel, and transportation necessary to provide and install CLIN 0001AA and/or CLIN 0001AB; regardless of when the option may or may not be exercised. FOB is Destination to 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 cl ause may be accessed electronically 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 Certific ation--Commercial Item: Effective 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 and Conditions--Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offer or whose offer conforms to the solicitation 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 as part of your firm's offer and in sufficient detail to demonstrate your firm's ability to comply with the requirements listed above. Clauses incorporated into t his CSS are FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statues or Executive Order--Commercial 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 Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 232-33, Payment by Electronic Funds T ransfer Central Contractor Registration; FAR 52.232-36, and Payment by Third Party; FAR 52.252-2. Clauses Incorporated by reference are FAR 252.212-7001, (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); and FAR 252.225-7001, Buy American Act and Balance of Payments Program. TACOM has established the capability to receive bids, proposals, and quotes electronically. A hotlink from the TACOM-RI Solicita tion Page has been activated to fully automate the response process--https://aais.ria.army.mil/aais/SOLINFO/index.htm. Bids/ proposals/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 electronic communication. Offers must provide sufficient evidence to determine technically acceptability to meet the above minimum Gov ernment requirements. Only technical questions received within five (5) days from the publication of this notice shall be addressed. Technical questions shall be submitted via e-mail to jane.nelson@us.army.mil. Telephone requests or inquiries will not b e accepted. The Government is under no obligation and no longer maintains a bidders mailing list. It is incumbent upon an interested party to periodically access this Internet address to obtain any issued amendments. Failure to obtain, and acknowledge , any amendments and respond accordingly by the date and time set as the bid opening/receipt of proposals may render your firm's offer nonresponsive and may no longer be considered for award. This acquisition is C9e rated. Offers are required on an All o r None basis. Proposals are due by 2005JUN17, 1:00 P.M., local time.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN00825002-W 20050610/050608212341 (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.