Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

66 -- Vibration Transducer Calibration System

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-09-T-CS07
 
Response Due
9/14/2009
 
Archive Date
11/13/2009
 
Point of Contact
TzeLeong Steven Chang, 309-782-3557
 
E-Mail Address
TACOM - Rock Island
(tzeleong.steven.chang@us.army.mil)
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2008-19, effective 17 September 2007. The requirement is Full & Open Competition and will result in a Firm-fixed Price Supply contract. The effort is for the Vibration Transducer Calibration System. Contractor shall meet the entire requirement listed in the Purchase Description. SUPPLIES OR SERVICES AND PRICES/COSTS CLIN 0001AA Vibration Transducer Calibration System $___________ Inspection: Destination Acceptance: Destination Unit Price FOB: Destination Quantity: 1 each Delivery Schedule: 120 days after Contract Award SHIP TO: AMSRD-ECB-END: Building 131 Attn: W. Meyer 1 Rock Island Arsenal Rock Island, IL 61299-7390 Purchase Description for the High Vibration Transducer Calibration System: 1. Purpose. This specification covers the requirements for the acquisition of a vibration transducer calibration system. This system will allow the design engineering and test facility to calibrate their own accelerometers which are used in high frequency vibration testing, road hazard tests, and on the multiple axis simulation table. 2. Requirements. The calibration system shall be a complete, ready to run system that provides a National Institute of Standards and Technology (NIST) traceable calibration. The reference accelerometer shall have a fresh calibration not to exceed 14 days prior to shipment from the contractor. The system shall be Microsoft Windows based (XP or newer version). The calibration system shall have the following features: 2.1. Easy to use, requiring minimal user input to perform calibrations 2.2. Built-in system verification to self assess the system prior to performing a calibration 2.2. A flexible system that allows for the substitution of reference transducers and shakers 2.3. An automated system featuring a comprehensive database that will allow for the storage and retrieval of all pertinent data for each transducer calibrated maintaining a complete calibration history 2.4. System shall capture characteristics of exciter, amplifier, conditioner and reference transducer to minimize calibration uncertainties 2.5. A calibration frequency range spanning at least 3 Hz to 12.8 kHz 2.6. Calibration accuracies on the order of 10-2000Hz: 0.7%; 2-5 kHz: 1.1%; 5-7kHz: 1.2%; 7-10kHz: 1.8%. 2.7. Capable of calibration on a wide variety of transducer types including charge piezoresistive, voltage, electrodynamic, etc 2.8. Capacity to calibrate transducers up to 100 grams at stated frequency. 2.9. Capable of connecting with BNC and microdot connectors either directly or through contractor supplied adapters 2.10. Capable of using random or sine excitation 2.11. Include adapters/fixturing to allow for the calibration of tri-axial accelerometers 2.12. Generate certificates in conformance with ISO 17025 requirements 2.13. Support for SI or imperial units (g, in, in/s) 3. The delivery shall include validation of the system by an independent third party. The validation shall be satisfied by a system calibration and verification of those results by the third party. 4. Warranty. The calibration system shall come with a 5-year manufacturers warranty, to include annual calibration, verification, parts and mail-in labor. 5. Training. The contractor shall furnish onsite familiarization training of the device and accessories utilizing the operation/maintenance instructions as a guide for the students. Training shall also cover estimation of uncertainty as required by ISO 17025. 6. Packaging. The system shall be packaged with best commercial package and marked for delivery to the following. ECBC Rock Island RDCB-DEM-T Building 131 Rock Island, IL 61299-7390 7. The system shall be required for delivery within 120 days after contract award. Training shall be coordinated within 30 days after receipt of the system. (End of Purchase Description) The following clauses are applicable to this solicitation: 52.212-1, Instructions to Offerors - Commercial Items. 52.212-3, Offeror Representations and Certifications -- Commercial Items (copy of this provision shall be completed and submitted with the offer). 52.212-4, Contract Terms and Conditions - Commercial Items. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. (Applicability clauses includes Paragraph (a) items 1, 2, 3; (b) items 18, 19, 20, 21, 22, 24, 34, 39, 43) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. (Applicability includes Paragraph (b) items 1, 19, 23, 24) 52.204-7, Central Contractor Registration 52.232-18, Availability of Funds 52.247-34, FOB Destination 52.247-35, FOB Destination Within Consignees Premises 52.247-48, FOB Destination Evidence of Shipment 52.246-4528, Rework and Repair of Nonconforming Material 52.247-4531, Cognizant Transportation Officer 252.204-7004, Alternate A, Central Contractor Registration 252.204-7006, Billing Instructions 252.246-7000, Material Inspection and Receiving Report 52.212-2, Evaluation--Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable Evaluation Criteria (Technical). In accordance with the Purchase Description, technical criteria shall be evaluated on a GO/NO-GO basis to determine contract award for the Vibration Transducer Calibration System. (1) GO Criteria. The contractor's proposal clearly and concisely addresses the contractor's ability to fulfill all of the requirements of the Purchase Description. The contractor's proposal included a complete description of the contractor's relevant technical experience/capabilities and the contractor's plan to meet the stated requirements stated in the Purchase Description. The contractor's proposal included enough supporting documentation and data to support the contractor's claimed ability to meet the requirements. The requirements for this solicitation are clearly articulated in the proposal. (2) NO-GO Criteria. The contractor's proposal did not clearly and concisely address the contractor's ability to fulfill all of the requirements of the Purchase Description. The contractor's proposal failed to include a complete description of the contractor's relevant technical experience/capabilities and the contractor's plan to meet the stated requirements in the Purchase Description. The contractor's proposal did not include enough supporting documentation and data to support the contractor's claimed ability to meet requirements. (b) This paragraph is deleted. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.201-4501, Notice About TACOM LCMC (RI) Ombudsman a. We have an Ombudsman Office here at TACOM LCMC (Rock Island). Its purpose is to open another channel of communication with TACOM LCMC (RI) Contractors. b. If you think that this solicitation: (1) has inappropriate requirements; or (2) needs streamlining; or (3) should be changed, you should first contact the buyer or the (Procurement) Contracting Officer (PCO). c. The buyer's name, phone number and address are on the cover page of this solicitation. d. If the buyer or PCO doesn't respond to the problem to your satisfaction, or if you want to make comments anonymously, you can contact the Ombudsman Office. The address and phone number are: U.S. Army TACOM LCMC (Rock Island) ATTN: AMSTA-AQ-AR (OMBUDSMAN) 1 Rock Island Arsenal Rock Island IL 61299-7630 Phone: (309) 782-3224 Electronic Mail Address: ROCK-OMBUDSMAN@conus.army.mil e. If you contact the Ombudsman, please provide the following information: (1) TACOM LCMC (RI) solicitation number; (2) Name of PCO; (3) Problem description; 52.233-4503 TACOM LCMC (RI), AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: HQ, Army Materiel Command Office of Command Counsel ATTN: AMCCC-PL 9301 Chapek Rd 2-1SE3401 Fort Belvoir VA 22060-5527 Facsimile number (703) 806-8866/8875 Voice Number (703) 806-8762 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/protestlink.htm If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel at (703) 806-8762 to obtain the AMC-Level Protest Procedures. 52.246-4500, TACOM LCMC (RI), Wide Area Workflow-Receipt Acceptance (WAWF-RA) Wide Area Workflow (WAWF) shall be required for use on any resulting contract associated with this solicitation. Contractors will be required to invoice through WAWF and DCMA will use this system to accept the materials for shipment purposes. (a) To comply with the clauses at 252.246-7000, Material Inspection and Receiving Report, and at 252.232-7003, Electronic Submission of Payment Requests, TACOM LCMC (Rock Island) uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. The contractor is required to register and use WAWF at https://wawf.eb.mil. (b) When prompted to send additional email notifications, add tzeleong.steven.chang@us.army.mil. (c) You may use this link for assistance in completing the WAWF documentation: http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox/CreateCIRR.swf (d) Other WAWF training is available from the WAWF main web site, or directly at: http://www.wawftraining.com The signed offer must be dated and delivered to the following POCs no later than 3:00 PM (Central) on 14 Sep 2009: Ms. Donna Webb, Contracting Officer, donna.webb1@us.army.mil and Mr. Steven Chang, Contract Specialist, tzeleong.steven.chang@us.army.mil. The POC for this solicitation is Mr. Steven Chang, 309-782-3557.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H09-09-T-CS07/listing.html)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
 
Record
SN01945324-W 20090910/090909084405-18fc92c2132c26eb820407bd736c312f (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.