Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2008 FBO #2580
SOLICITATION NOTICE

52 -- Digital Vibration Controllers for the US Army Electronic Proving Ground, Fort Huachuca, Arizona 85613

Notice Date
12/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-09-R-EPGCON
 
Response Due
1/5/2009
 
Archive Date
3/6/2009
 
Point of Contact
Carmen Simotti, 520-533-8189<br />
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: 4 each; single-axis, 8-channel, Digital Vibration Controllers. The intended use is to implement MIL-STD-810, shock, vibration, and gunfire test methods. The output must interface with existing Unholtz-Dickie amplifier driving two single axis U-D R24C electrodynamic shaker and two Thermotron 645 electrodynamic shakers. Requirements: 8-channel signal conditioner with constant current source amplifier. 4-channel control averaging, anti-aliasing filter for each input, and individual channel abort limits. PC based workstation: minimum, 17 inch LCD flat panel display, keyboard/mouse, USB ports, 10/100 Base T Ethernet Port, and PCI Slots; Running on Windows Operation system. Integrated Microsoft Excel and Word for report generation. Sine and random frequency ranges from 5 Hz to 5 kHz post data reduction. Control up to 2000 lines of resolution. Integrated hardware and software for on-site user operated automated test and National Institute of Standard and Technology (NIST) traceable calibration. Automatically provide a list of resonances for random and sine tests. Provide switch-selectable interface to commercially available accelerometers. Vibration Controller Software requirements: Random Control, Sine Control, and Classical Shock Control must allow for selectable positive and negative pre and post compression pulses. The individual positive and negative values must be individually selectable for percent. Sine-on Random Control Random on Random Control must provide for shaped baseband with a breakpoint table. Narrow band must also be shapeable. Gunfire Control Software must provide up to 12 tones that can be individually selected as on/off. Shock Response Spectrum (SRS) Control and Analysis: SRS tests must minimize the real g amplitude. Provide an explanation of your approach and a multi-channel open loop manual sine wave testing mode with no feedback. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, 5 January 2009. Offers shall be submitted electronically at: carmen.simotti@us.army.mil. FAR 52.212-2, Evaluation of Commercial Items. Award will be made based on the low price/technically acceptable offer. Questions pertaining to the solicitation requirement must be submitted in writing to carmen.simotti@us.army.mil. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Award Notice. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen Simotti at (520) 533-8189 or carmen.simotti@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27, effective 17 October 2008. This is a total small business set-aside. The NAICS code is 334519. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. All Electronic and Information Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, applies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Mar 2008). DFAR 252.211-7003, Item Identification and Valuation (Jun 2005). The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8d0c1bfe1f010740cf411b9f489eaca2&tab=core&_cview=1)
 
Place of Performance
Address: Mission and Installation Contracting Command, Attn: SFCA-WS, Electronic Proving Ground Directorate of Contracting, Bldg. 55350, 2000 Arizona Street Fort Huachuca AZ<br />
Zip Code: 85613-7063<br />
 
Record
SN01720281-W 20081219/081217215725-8d0c1bfe1f010740cf411b9f489eaca2 (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.