Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
MODIFICATION

H -- Standard Test Method for Vehicle Crash Testing of Perimeter Barriers

Notice Date
8/10/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
U.S. Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N Ft Myer Dr, Arlington, VA 22201
 
ZIP Code
22201
 
Solicitation Number
070709_01
 
Response Due
8/4/2009
 
Archive Date
1/31/2010
 
Point of Contact
Name: Maxine Hodges, Title: Contract Specialist, Phone: 7033123676, Fax:
 
E-Mail Address
hodgesmr@state.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number 070709_01. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 133313_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-08-04 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Arlington, VA 22209 The Department of State requires the following items, Meet or Exceed, to the following: LI 001, See Attached Statement of Work. Seven full-scale crash tests, conducted generally in accordance with ASTM F 2656-07, are required under this SOW. *Test Conduct: All seven barriers (line items 1-7) will be subjected to a full scale vehicle crash test, impacting on the center bollard and mid-span of the knee wall. Test dates will be scheduled in coordination with DS/PSD/RD, which reserves the right to witness each test. ALL tests at M50 (50 mph). *Barrier: DS-24, Barrier height:39 inches, Test Vehicle:US medium duty, Total test weight: 15,000 lbs.Test Documentation: The testing facility shall prepare full and complete Final Test Reports and related video/photographic documentation within 15 working days after the completion of each test. Deliverables:Work Plan. Test and Instrumentation Plan for each test that addresses the data/information each test is expected to produce and the process/procedure for its recording. The plan should include specific information regarding testing instrumentation and its placement. The plan shall be in accordance with ASTM F 2656-07. Final reports shall be in accordance with Section 10 of ASTM F 2656-07., 1, EA; LI 002, *Barrier: DS-22, Barrier height:39 inches, Test Vehicle:Cabover medium duty, Total test weight: 15,000 lbs. Test Documentation: The testing facility shall prepare full and complete Final Test Reports and related video/photographic documentation within 15 working days after the completion of each test. Deliverables:Work Plan. Test and Instrumentation Plan for each test that addresses the data/information each test is expected to produce and the process/procedure for its recording. The plan should include specific information regarding testing instrumentation and its placement. The plan shall be in accordance with ASTM F 2656-07. Final reports shall be in accordance with Section 10 of ASTM F 2656-07., 1, EA; LI 003, *Barrier: DS-22 modified, Barrier height:47 inches, Test Vehicle:Cabover medium duty, Total test weight: 15,000lbs. Test Documentation: The testing facility shall prepare full and complete Final Test Reports and related video/photographic documentation within 15 working days after the completion of each test. Deliverables:Work Plan. Test and Instrumentation Plan for each test that addresses the data/information each test is expected to produce and the process/procedure for its recording. The plan should include specific information regarding testing instrumentation and its placement. The plan shall be in accordance with ASTM F 2656-07. Final reports shall be in accordance with Section 10 of ASTM F 2656-07., 1, EA; LI 004, *Barrier: DS-22 modified,Barrier height:47 inches, Test Vehicle:Cabover medium duty, Total test weight: 16,535 lbs. Test Documentation: The testing facility shall prepare full and complete Final Test Reports and related video/photographic documentation within 15 working days after the completion of each test. Deliverables:Work Plan. Test and Instrumentation Plan for each test that addresses the data/information each test is expected to produce and the process/procedure for its recording. The plan should include specific information regarding testing instrumentation and its placement. The plan shall be in accordance with ASTM F 2656-07. Final reports shall be in accordance with Section 10 of ASTM F 2656-07., 1, EA; LI 005, *Barrier: DS-50, Barrier height:39 inches, Test Vehicle:Cabover medium duty, Total test weight:15,000 lbs. Test Documentation: The testing facility shall prepare full and complete Final Test Reports and related video/photographic documentation within 15 working days after the completion of each test. Deliverables:Work Plan. Test and Instrumentation Plan for each test that addresses the data/information each test is expected to produce and the process/procedure for its recording. The plan should include specific information regarding testing instrumentation and its placement. The plan shall be in accordance with ASTM F 2656-07. Final reports shall be in accordance with Section 10 of ASTM F 2656-07., 1, EA; LI 006, *Barrier: DS-50 modified, Barrier height:47 inches, Test Vehicle:Cabover medium duty, Total test weight:15,000 lbs. Test Documentation: The testing facility shall prepare full and complete Final Test Reports and related video/photographic documentation within 15 working days after the completion of each test. Deliverables:Work Plan. Test and Instrumentation Plan for each test that addresses the data/information each test is expected to produce and the process/procedure for its recording. The plan should include specific information regarding testing instrumentation and its placement. The plan shall be in accordance with ASTM F 2656-07. Final reports shall be in accordance with Section 10 of ASTM F 2656-07., 1, EA; LI 007, *Barrier: DS-50 modified, Barrier height:47 inches, Test Vehicle:Cabover medium duty, Total test weight:16,535 lbs. Test Documentation: The testing facility shall prepare full and complete Final Test Reports and related video/photographic documentation within 15 working days after the completion of each test. Deliverables:Work Plan. Test and Instrumentation Plan for each test that addresses the data/information each test is expected to produce and the process/procedure for its recording. The plan should include specific information regarding testing instrumentation and its placement. The plan shall be in accordance with ASTM F 2656-07. Final reports shall be in accordance with Section 10 of ASTM F 2656-07., 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New equipment ONLY,remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov TO HAVE A BID CONSIDERED FOR AWARD ON MEET OR EXCEED & BRAND NAME OR EQUAL REQUIREMENTS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. DOS A/LM/AQM Memorandum dated 04/23/08: GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. Within fifteen working days after issuance of a contract, the test facility shall prepare and submit to the DS Representative a project work plan. This work plan shall address the project schedule in detail, including specific tasks, estimated costs, anticipated dates for testing, and other milestones as described in the SOW. It is crucial that every test vehicle be similar, not only in make/model, but also wheelbase, tire dimension, and diesel engine size. The testing facility shall be certified to test in accordance with ASTM F 2656-07 before award is made and shall provide the entire range of services required for this program as detailed in the SOW. This scope includes construction of the barrier designs (seven barriers total), acquisition and configuration of seven test vehicles as defined by DOS, and conduct and documentation of seven tests using the test method defined in ASTM F 2656-07 at the M50 impact speed (medium duty truck at 50 mph).The test vehicle for the DS-24 bollard design must be within the standard medium duty truck parameters defined in paragraph 7.4.3 of ASTM 2656-07. The other six test vehicles shall be either Volvo, Mercedes, or Iveco cabover models and must all be the same, equipped and configured as specified in paragraph 7.4.3 of the ASTM with one exception: four of the test vehicles will be of prescribed 15,000 pound test weight and tested at condition designation M50; the other two will also be at condition designation M50, but with added cargo ballast to achieve a test weight of 16,535 pounds. A testing matrix describing the testing sequence is provided in paragraph 5.4 of this SOW. The testing facility shall prepare full and complete Final Test Reports and related video/photographic documentation within 15 working days after the completion of each test. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/070709_01/listing.html)
 
Place of Performance
Address: Arlington , VA 22209<br />
Zip Code: 22209<br />
 
Record
SN01906175-W 20090812/090811002200-9564145eea038908fabf5d3993a8ffa7 (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.