Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

R -- Design services for a Moment of Inertia (MOI) Measurement Fixture at Aberdeen Proving Ground, MD

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
541490 — Other Specialized Design Services
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK06T0838
 
Response Due
9/25/2006
 
Archive Date
11/24/2006
 
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; quotes are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation number is W91ZLK-06-T-0838. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-12. The associated North America Industry Classification System (NAICS) Code is 541490 and the Business Size Standard is $6.5M. The contractor shall provide the following : CLIN 0001  Complete the design of and fabricate a Moment of Inertia (MOI) Measurement Fixture using drawings located at Army Test Center (ATC), APG, MD office as a basis for the design and consulting with ATC test engineers to establish other detailed design specifications. The drawings describe a fixture to support a 140,000 pound test vehicle. The intended design only needs to support an 80,000 pound test vehicle. Consequently, the design should be scaled down accordingly. Design the updated foundation for the new test fixture described above based on soil borings and site drawings to be provided by ATC. Design an adjoining foundation for an 800,000 pound 20x40-ft concrete inertial mass to support a government furnished vibration test apparatus. The inertial mass desig n should include a 6-inch thick steel bed plate (or system of plates) with 1-inch course threaded thru-holes spaced on a 1-foot grid. The plates should also include adequate provisions for grounding the plates to the concrete inertial mass.Ultimate Delive rables: MOI measurement fixture; technical data, drawings, schematics, etc for the design of the fixture and both foundations. Please contact the POC listed below VIA EMAIL for information about the drawings or if you have technical questions so they can be forwarded via email to the end user for answers. Acceptance shall be at Destination. Shipping shall be FOB Destination (as required). The job site is located at the U.S. Army Aberdeen Proving Ground, MD 21005. In accordance with FAR 52.212-2 Evaluati on  Commercial Items (Jan 1999), the contract will be awarded to Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Gove rnment is not responsible for locating or securing any information, which is not identified in the quotation. To ensure sufficient information is available, vendors are requested to provide descriptive material such as illustrations, drawings, or other inf ormation necessary for the Government to determine whether the product meets the salient characteristics of the requirement. 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 following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Ter ms and Conditions Commercial Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition The government will award a contract to the offeror whose of fer conforms to this solicitation and will be most advantageous to the government. 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 Cert ifications Commercial Items, and DFAR 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-5, Contract Terms and Conditio ns Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alterna te I, FAR 52.219-6 Notice Of Total Small Business Set-Aside; FAR 52.219-8; Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition o f Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 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 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFAR 252.212-7001 Contract Terms and Con ditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities, 252.225-7001 Buy America and Bala nce of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference for Domestic Hand or Measuring Tools , 252.232-7003 Electronic Submission of Payment Requests. The full text of the FAR references may be accessed ele ctronically at this address: http://farsite.hill.af.mil, and http://www.acquisition.gov/comp/far/index.html. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by Monday, September 25, 2006 no later than 01:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Tanya Peel), 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 Tanya Peel, Contract Specialist via fax (410)306-3890, or via email tanya.peel@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
SN01149595-W 20060922/060920221013 (fbodaily.com)
 
Source
FedBizOpps 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.