Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

70 -- New Structural Test Laboratory Data Acquisition System compatible with the existing Pacific Instrument Data Acquisition System and an Upgrade/Modernization of the existing Pacific Instrument Data Acquisition System

Notice Date
7/1/2009
 
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, Aviation Applied Technology Directorate, Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-09-P-0030
 
Response Due
7/6/2009
 
Archive Date
9/4/2009
 
Point of Contact
hope mcclain, 757-878-2993<br />
 
E-Mail Address
Aviation Applied Technology Directorate
(hope.a.mcclain@us.army.mil)
 
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. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. The Government deems that only one source can meet ALL of the Governments requirements to match the system already in use at this facility. That source is Pacific Instruments. This notice of intent is not a request for competitive proposals; however, all proposals received by the due date and time in this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses received to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-09-P-0030 and is issued as a Request for Proposal (RFP). Under this effort, the Aviation Applied Technology Directorate (AATD) intends to award a commercial firm fixed price contract with an anticipated award date of July 7, 2009. The intended source is Pacific Instruments, Inc., 4080 Pike Lane, Concord, CA 94520-1227. The Government deems the required system to be available only from Pacific Instruments, Inc. because the existing system is a Pacific Instrument systems that is able to operate seamlessly with other systems from the same manufacturer. Seamless operations is essential to the goal of linking or combining the the new system with the upgraded existing system so they operate as one 100 channel system. Pacific Instruments, Inc is deemed to be the only vendor who offers the compatibility and all the following features to match the the new system requirements of Structural Test Laboratory: 16-Slot USB enclosure; 8-Ch voltage digitizer, 100 kS/s; seat license PI660 (XPS); and IEEE-488 Interface to USB adapter. Also Pacific Instruments, Inc is found to be the only vendor able to provide the following upgrades to the existing Pacific Intruments system: USB 2.0 controller card for 6000 enclosure; upgrade prom revision of 6028 (chip only) bus termination/power LED card; 2 days onsite labor with travel; and software development, test and release. Finally, Pacific Instruments, Inc is found to be able to provide the following equipment to combine the two systems: controller for R93 slave enclosure; controller cable for R93; and interchangability of replacement parts. In accordance with FAR 13.106-1(b), the Contracting Officer has determined that, in the circumstances of the anticipated contract action, only one source is reasonably available that meets ALL requirements of the data acquisition system replacement, the upgrade of the existing system and the combination of the two systems. Alpha contract negotiations, appropriate for sole source requirements, will be limited to Pacific Instruments, Inc. This synopsis/ solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-33. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Please review the provision carefully to ensure that you are submitting all required information with your proposal. Also in accordance with the provision, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. A description of the services offered in sufficient detail to evaluate compliance with requirements, to include product literature and warranty as applicable, shall be submitted. Offerors are advised to include a completed copy of FAR provision 52.212-3, Offeror Representations and CertificationsCommercial Items and DFARS Representations and Certifications 252.212-7000 with your offer unless representations and certifications are available electronically at http://orca.bpn.gov. The North American Industry Classification System Code (NAICS) is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The small business size standard is 500 employees. While the Government does not anticipate competition, the following evaluation criteria will apply to any proposals received: 1) Technical capability of the offeror to provide a data acquisition system that satisfies all Government requirements to include ability to seamlessly match and integrate with the existing Pacific Instruments System; ability to upgrade existing system; and combine/link both 50 channel systems to operate together as one 100 channel system; 2) Compliance with delivery schedule of 31 July 2009; and 3) Price. Technical capability and schedule compliance when combined are of greater importance than price. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items are incorporated by reference. The following additional clauses apply to this acquisition: FAR 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS 252.246-7000, Material Inspection and Receiving Report; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7013 Duty Free. The following clauses cited within FAR 52.212-5 apply: 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (EO); 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer. The following clauses cited within DFARS 252.212-7001 apply: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023 Alternate III, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.ac.osd.mil/dpap/dfars. Proposals are due July 6, 2009, 2:00 PM, local time. All responsible sources may submit an offer which shall be considered by the agency. Proposals shall be submitted to the Aviation Applied Technology Directorate, Attn: RDMR-AAC (Hope McClain), 401 Lee Blvd., Fort Eustis VA 23604-5577 by facsimile, email, or regular. Point of contact is Hope McClain, phone: (757) 878-2993, fax: (757) 878-0008, email: hope.a.mcclain@us.army.mil or Lauren Sebring, Contracting Officer, (757) 878-4828, email lauren.sebring@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH10/W911W6-09-P-0030/listing.html)
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA<br />
Zip Code: 23604-5577<br />
 
Record
SN01864032-W 20090703/090702003951-286a3d8cc35577b8d60e8cb92106aaab (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.