Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOLICITATION NOTICE

66 -- MULTI-CHANNEL HIGH SPEED RADIOMETER

Notice Date
3/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-09-T-0102
 
Response Due
3/30/2009
 
Archive Date
5/29/2009
 
Point of Contact
Martha S. Robles, (575)678-4963<br />
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-09-T-0102. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 17 February 2009. (iv) This acquisition is for full and open competition. The associated NAICS code is 334515. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, 1 EA, Multi-channel High Speed Radiometer and associated training. (vi) Description of requirements: This document describes the requirements of the Army Research Laboratory (ARL) for the procurement of a five-channel radiometer and associated training, in accordance with the following specifications: SPECIFICATIONS FOR MULTI-CHANNEL HIGH SPEED RADIOMETER 1. The contractor shall provide a multi-channel high speed radiometer in accordance with the following specifications: a.Time-resolution: minimum 200 ns all channels b.Aperture: single collector or technical equivalent (because target / source small size, it is absolutely essential to have the same field of view for all channels) c.Number of Channels: Minimum of 5. Acquiring multiple measures of the temperature to acquire measurement error is essential. d.Temperature Range: 400 to 4000 C. Radiometer will be used for multiple types of events, therefore, interchangeable narrow bandpass filters is acceptable to achieve temperature range. e.Sample Area: less than 1 cm2 with up to 2 meter stand off. In some events the sample will be viewed through a vacuum chamber viewport, a closer standoff in such cases is possible. f.Data Acquisition Unit: minimum 12 bit vertical resolution, greater than 5 MSps, pretrigger recording, -1V to 10 V range, minimum of 5 channel recording. g.Calibrated using a National Institute of Standards and Technology traceable blackbody calibrator or equivalent. h.Ruggedized for outdoor use. 2. The contractor shall provide training in the use, data collection and analysis technique of the radiometer. The training shall be on-site for one week at Aberdeen Proving Ground (APG). MD. The training shall consist of the following: a.The contractor shall be responsible for delivery, training, set-up, and operation of the calibrated radiometer during initial testing and acceptance to be conducted by the Government at APG. The testing will be comprised of a demonstration on the use of the radiometer to capture temperature measurements from a heated wire (provided by the Government) on a time and temperature scale matching the specifications. The contractor shall provide all required supplies and/or support equipment for the training, set-up and operation of the radiometer. Upon completion of the initial testing, the Government will take possession of the radiometer with acceptance based on the radiometer meeting all of the government specifications above. b.Upon acceptance of the radiometer by the government, the contractor shall provide training in data collection and analysis technique of the radiometer. The contractor shall provide data collection support during on-site testing to be run by the government for the duration of the one-week training period. This testing will consist of the capture of temperature data from a shaped charge jet flying in vacuum. The contractor shall be responsible for the set-up, operation and data collection support using the radiometer during the testing. The contractor shall provide all required supplies and/or support equipment for the training, set-up, operation, data collection and data analysis of the radiometer during this phase. Upon completion of the testing, the contractor shall provide analysis of the test data collected. The analysis shall be in report format with graphs, calibration data, data analysis techniques, basic technical procedures of the radiometer operation, etc. (vii) Delivery is required by 31 July 2009. Delivery shall be made to US Army Research Laboratory, Aberdeen Proving Ground, MD, 21005. Acceptance shall be performed at US Army Research Laboratory, APG, MD 21005. The FOB point is DESTINATION. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry, academia, or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include 3 records of sales for similar equipment from the previous 24 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 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 FAR/DFARS clauses cited in this clause are applicable: The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-3, 52.203-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-5, 52.225-13, 52.232-33, DFARS 252.225-7001, 252.232-7003, 252.243-7003, 252.247-7023, 252.247-7024. Clauses and provisions can be obtained at http://www.arnet.gov. (xiii) The following RDECOM local provisions shall be incorporated into any resultant contract: 52.004-4407 Type of Contract; 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; and 52.032-4431 Wide Area Workflow (WAWF) Payment Instructions. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is not rated under the Defense Priorities and Allocations System (DPAS). (xv) The following notes apply to this announcement: None. (xvi) Responses are due on 30 March 2009, by 11:59 PM, Mountain Daylight Time, via email to martha.robles@arl.army.mil (xvii) For information regarding this solicitation, please contact Martha Robles, 575-678-4963 or via email at martha.robles@arl.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b23e4d9295ab9a0fe9684abad4dee6bb&tab=core&_cview=1)
 
Place of Performance
Address: US Army Research Laboratory Bldg 1116A APG MD<br />
Zip Code: 21005-1005<br />
 
Record
SN01772275-W 20090320/090318220551-b23e4d9295ab9a0fe9684abad4dee6bb (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.