Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
SOLICITATION NOTICE

36 -- Ultra Sonic Press Analyzer

Notice Date
12/20/2007
 
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-08-T-0116
 
Response Due
12/28/2007
 
Archive Date
1/27/2008
 
Point of Contact
Joan Williams, Contract Specialist, (973)724-6644
 
E-Mail Address
Email your questions to Joan Williams
(joan.williams3@us.army.mil)
 
Description
W15QKN-08-T-0116 Description: 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; Quotation is being requested and a written solicitation will not be issued. This solicitation is an RFQ and the solicitation number is W15QKN-05-T-0116. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-26. The U.S. Army ARDEC, Picatinny Arsenal, NJ intends to award sole source purchase order to Applied Sonic, Inc. IAW FAR6.302-1(a)(2). 1. SCOPE 1.1. This proposal covers the development of an in-process analyzer to monitor explosive press operations on large explosive billets, which will be installed and tested on a pilot, dual-action press at the Armament Research, Development and Engineering Center (ARDEC), in Building 236, Picatinny Arsenal, NJ. 2. Applicable documents 2.1. None 3. REQUIREMENTS 3.1. The contractor shall develop a project plan that details the requirements of an explosives press analyzer for ARDEC building 236. This plan would include specifications for meeting safety requirements, connection of the instrumented press to existing press control sensors, and the identification of critical quality measurements desired by ARDEC. Visits to ARDEC will be used to gather information and develop the specifications. 3.2. The contractor shall design and deliver an instrumented press (die and rams) system that meets the safety requirements of a large-billet, explosives press located at ARDEC Building 236 press room. This first instrumented press will be used to optimize the system for material property measurement and defect characterization in a large 4-6 inch press. The system shall include an instrumented die and rams as well as the electronic systems to continually monitor the ultrasonic press sensors. The electronic systems will be integrated with existing ARDEC press controls and sensors. 3.3. The contractor shall develop a calibration for the instrument and validate the instrument for several explosive materials. The calibration shall allow the ultrasonic readings to be converted to average density readings at multiple locations along the billet. These density readings will be used to validate the numerical models being developed for the compaction of these billets. 3.4. The contractor shall modify the sensor design and provide a second instrument with improved sensing of the compacted powders. The improved design may include additional sensing paths through the pressed powders, or additional modes of sensing the compaction. Demonstrate that the real-time outputs from the analyzer can be used for process control of press manufacturing operations. 3.5. The contractor shall provide on-site training of ARDEC press personnel on the final, improved system. By working with ARDEC personnel during extensive press testing, the contractor shall determine the best type of operator interface to provide quality control information to the press operators. To allow for on-site training and press analyzer evaluation, ASI personnel shall travel frequently to the ARDEC press facilities in Picatinny, NJ. Specific travel dates are shown in the schedule provided. 4. DELIVERABLES 4.1. The contractor shall deliver a Project plan delivered six weeks from date of award. 4.2. The contractor shall deliver an Instrumented die for the large press in Building 236 at ARDEC. This die shall contain multiple ultrasonic sensors for monitoring the powders as they are compacted. The instrumented die shall be explosion proof. The instrument shall be calibrated for several explosives materials. 4.3. The contractor shall deliver an Electronics system and panel mount computer for controlling the ultrasonic system and providing continuous readings of the ultrasonic parameters. This system shall be mounted in a room adjacent to the press where the outputs could be observed by press operators (not explosion-proof). 4.4. The contractor shall deliver an Operating manual for the large-billet, explosives press analyzer. 5. PERIOD OF PERFORMANCE 5.1. The period of performance and delivery schedule is twenty four (24) months from date of contract award. 6. Attachments 6.1. Performance Requirements Summary/Quality Assurance Surveillance Plan PERFORMANCE REQUIREMENTS SUMMARY/QUALITY ASSURANCE SURVEILLANCE PLAN Performance Requirement Performance Measure Performance Standard Acceptable Performance Level (APL) Method of Surveillance Compliance (Exceeded, Met or Partially Met 3.1 Project Plan Completeness Timeliness Quality Project plan shall include all cited requirements including critical quality measurements. Plan shall be provided 15 working days form contract award Plan shall contain no errors. No Deviation NTE 20 working days. No Deviation COR/COTR Review 3.2 Design and deliver press Completeness Relevance Press shall meet all cited requirements and be fully integrated with the current ARDEC equipment. Electronic system shall be fully integrated with current ARDEC controls. No Deviation No Deviation COR/COTR Review 3.3 Develop Calibration Relevance Completeness Calibration system shall be operable for several explosive materials. System shall demonstrate the ability to be converted to average density at multiple locations No Deviation No Deviation COR/COTR Review 3.4 Sensor Design Completeness Relevance Accuracy Quality Improved sensor design shall include additional sensing paths and demonstrate real time outputs for process control No Deviation COR/COTR Review 3.5 Training Quality Quality shall be assed by ARDEC personnel 95% effective COR/COTR Review 4.3 Documentation Timeliness Quality Documentation shall be provided within 5 working days of system acceptance. Operating manual shall be submitted electronically and contain no errors. NTE 7 working days. No Deviation COR/COTR Review 6.2. Remedies 6.2.1. The Government may seek consideration for contractor performance that does not meet the performance standards in the Statement of Work. When performance is not in accordance with the contract, the Contractor shall cure within 10 days after notice from the Contracting Officer. The contracting officer may authorize that the cure take more than 10 days, as provided in the appropriate default clause found in the Federal Acquisition Regulation (FAR). 6.2.2. The amount of consideration for non-conforming performance by the contractor to be provided to the government shall be determined by mutual agreement. If the contractor and government are unable to agree to the amount of consideration, the Contracting Officer shall issue a final decision with a determination of the amount consideration. 6.3. ACCOUNTING FOR CONTRACT SERVICE 6.3.1. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. 6.3.2. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: 6.2.2.1. Contracting Office, Contracting Officer, Contracting Officer???s Technical Representative; 6.2.2.2. Contract number, including task and delivery order number; 6.2.2.3. Beginning and ending dates covered by reporting period; 6.2.2.4. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; 6.2.2.5. Estimated direct labor hours (including sub-contractors); 6.2.2.6. Estimated direst labor dollars paid this reporting period (including subcontractors); 6.2.2.7. Total payments (including sub-contractors); 6.2.2.8. Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); 6.2.2.9. Estimated data collection cost; 6.2.2.10. Organizational title Associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information) ; 6.2.2.11. Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); 6.2.2.12. Presence of deployment or contingency contract language; and 6.2.2.13. Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). 6.2.3. As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct Extensible Markup Language (XML) data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor???s systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. 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. 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: 252.204-7003 Control of Government Personnel Work Product 252.201-7000 Contracting Officer???s Representative ARDEC 144 Proposal Submission Requirement 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 (Deviation), applies to this acquisition. The following additional clauses cited in the above referenced clause shall apply to this acquisition: 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: 252.232-7003 Electronic Submission of Payment Requests The following Local ARDEC clauses also apply to this acquisition: ARDEC 31 Government Procurement Quality Assurance Actions Inspection will be at: [] Plant [X] Destination ARDEC 30 Acceptance [] Will be at contactors plant [X] Will be at destination 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 are due by 4PM EDT 28 Dec. 2007 . Quotes should sent via email to joan.williams@us.army.mil and copied to amanda.bortak@us.army.mil. For information regarding this solicitation, contact Joan Williams, Contract specialist, at (973) 724-5561 joan.williams@us.army.mil .
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-08-T-0116)
 
Record
SN01474168-W 20071222/071220225921 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.