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

59 -- Research and Development

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-09-T-0218
 
Response Due
9/13/2009
 
Archive Date
11/12/2009
 
Point of Contact
neal gowda, 301-394-3371
 
E-Mail Address
RDECOM Acquisition Center - Adelphi
(neal.gowda@arl.army.mil)
 
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. An Indefinite Delivery, Indefinite Quantity (IDIQ) type contract with Firm Fixed Price (FFP) type task orders is anticipated, under which DD Forms 1449 will be used to issue task orders. It is the Governments best estimate, at this time, that the total magnitude of work to be performed during the life of any contract resulting from this solicitation will range from $500,000.00 to $5,500,000.00. This statement is for offerors' planning purposes only, and does not in any way obligate the Government to issue either an individual task or a combination of tasks in any amount whatsoever. The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 6.302. The name of the company the Government intends to award a contract to is L-3 Services, Inc. 2700 Merced St. San Leandro, CA 94577. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-09-T-0218. This acquisition is issued as an intent to sole source. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36, dated August 11, 2009. (iv) The associated NAICS code is 541990. (v) The following list of items are intended for the first two (2) task orders: Task Order 1: Item 1) Labor - (3 Days) - Inspect Twelve (12) 150kV Pulsers GFE,: Qty 1, Item 2) X-Ray Controller (XCON), 43120A : Qty 12, Item 3) Air H.V. Power Supply Assembly (Positive Polarity Only), 130-314700: Qty 2, Item 4) Computer Remote Control of H.V. Power Supply, 130-314700-#007: Qty2, Item 5) Control Cabinet Assembly 70 inch panel (78.75 inches high), 5061-1825: Qty 2, Item 6) 150KV Tube Head - Right Angle, 43731-62933: Qty 12, Item7) 150KV Tube Head Cable Assembly - 20', 120-111441: Qty 12, Item 8) Additional Length Tubehead Cable: per ft. or 0.3 M, maximum cable length 100 ft. (30 M) - (Combined with Cable in Item 7 to make 12 each 30 Ft. Tubehead Cable Assembly), 43731A-#034: Qty 120, Item 9) 150KV Single Flash X-Ray Tube (3mm spot size), 130-529000:Qty 12, Item 10) CVR - 150kV (for Remote Tube Head) (Current Viewing Resistor), 130-162600: Qty 3, Item 11) Air/Nitrogen Panel Assembly 1-Channel (150KV) 30 psi, 130-182100: Qty 2, Item 12) Pulser Cradle (150KV), 43731-22903: Qty 12, Item 13) Cable - Trigger Transformer to Pulser (150 KV only), 120-111344: Qty 12, Item 14) Control Cable - Console to Pulser 150KV - 20' 120-111348: Qty 12, Item 15) Additional Length Control Cable (control cabinet to pulser): per ft. or 0.3M - (Additional Control Cables Combined with Cable in Item 14 to make 12 each 75 Ft. Control Cable Bundles), 43731A-#020: Qty 660, Item 16) Labor (4 Days) - System Integration and Test: Qty 1, Item 17) Transformer, Trigger - Mounting Plate, 100-271054: Qty 12, Item 18) Resistor, Charging - 10 Meg. Ohm, 130-161000: Qty 1, Item 19) FREIGHT (Including DCAA accepted G&A burdening.) - FOB Origin Task Order 2: Item 1) 150kV Flash X-Ray System: Includes cabinet-mounted controls, variable delay trigger system, 6M (20 ft.) interconnecting cable assembly, 130-235000 pulser, and one 130-529000 Single X-Ray Tube, 43731A: Qty 1, Item 2)Add-on Channel 150 kV Flash X-Ray: Includes variable delay trigger system, 6M (20 ft.) interconnecting cable assembly, 130-235000 pulser, and one 130-529000 Single X-ray tube. 43731A-#001: Qty 5, Item 3) Computer Remote Control of H.V. Power Supply (Does Not Include Computer), 130-314700-#007: Qty 1, Item 4) Laptop Computer Controller: Qty 1, Item 5) Right-Angle Remote Tubehead Modification: Includes tubehead adapter and tubehead with 6M (20 ft.) tubehead cable, 43731A-#033: Qty 6, Item 6) Additional Length Tubehead Cable: per ft. or 0.3 M, maximum cable length 100 ft. (30 M) - (Combined with cables in Item 5 to make six (6) each 30 inch Tubehead Cables). 43731A-#034: Qty 60m, Item 7) Additional Length Control Cable (control cabinet to pulser): per ft. or 0.3M - (Combined with cables in Items 1 & 2 to make six (6) each 75' Control Cables). 43731A-#020: Qty 330, Item 8) 150KV Tube Head Cable Assembly - 20' 120-111441, Qty 6, Item 9) Additional Length Tubehead Cable: per ft. or 0.3 M, maximum cable length 100 ft. (30 M) - (Combined with cables in Item 8 to make six (6) each 30' Tubehead Cables). 43731A-#034: Qty 60, Item 10) 150KV Single Flash X-Ray Tube (3mm spot size), 130-529000: Qty 6, Item 11) Storage Phosphor Screen 14 inch x 51 inch (K-SO-170) 4380-0007: Qty 4, Item 12) Cassette 14 inches x 51 inches 4380-0006: Qty 4, Item 13) Channel Trigger Box Special-Option#696: Qty 2, Item 14) Cable, CVR (450kV - up) - 35' 43710-61630: Qty 2, Item 15) Soft X-ray Adapter (150KV Tubehead) 100-529525: Qty 6, Item 16) FREIGHT (Including DCAA accepted G&A burdening.) - FOB Origin. (vi) Description of requirements: Basic Contract Statement of Work C.1 The U.S. Army Research Laboratory (ARL) has a requirement for Flash X-Ray Systems to include on-call maintenance, one time repairs, equipment modification, along with various components and assembly parts. The Contractor shall provide the associated parts and services to the Ground and Soldier Experimentation Team (Facilities 10 & 20), and Ballistics Experimentation Team. The three teams are located at ARL, Aberdeen Proving Ground, MD 21005. C.2 The Contractor shall provide various supplies, maintenance, repairs and equipment modifications throughout the life of this contract by issuance of individual task orders. C.3 Administration. C.3.1 Contractor Manpower Reporting. The contractor shall perform manpower reporting as follows: C.3.2 The contractor shall report all contractor manpower (including subcontractor manpower) required for performance of this contract using the format provided at the following web address: https://cmra.army.mil. The contractor shall include the following: (a)Contracting Office, Contracting Officer, Contracting Officers Technical Representative (b)Contract number, including task and delivery order number (c)Beginning and ending dates covered by reporting period (d)Contractor name, address, phone number, e-mail address, identity of contractor employee entering data (e)Estimated direct labor hours (including subcontractors) (f)Estimated direct labor hours paid this reporting period (including subcontractors) (g)Total payments (including subcontractors) (h)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC fore each sub-contractor if different) (i)Estimated data collection cost (j)Organizational title associated with the Unique Identification Code (UIC) for the Army Requiring Activity. (The Army requiring activity is responsible for provided the contractor with its UIC for the purposes of reporting this information.) (k)Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on the website (l)Presence of deployment or contingency contract language (m)Number of contractor and subcontractor employees deployed in theater this reporting period (by country) C.3.1.3 The contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period shall be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. C.3.1.4 The contractor may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries fore each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. (End Statement of Work) (vii) The duration of this contract is five years and the deliveries dates shall be specified on individual Delivery/Task Orders. Deliveries shall be made to the technical point of contact identified on specific Delivery/Task orders. Acceptance shall be performed at APG, MD. The FOB point is Origin. (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: NONE. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and 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: FAR 52.203-3, 52.212-5, 52.222-3, 52.22-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-33, 52.222-41, 52.222-42 and 52.222-43. For DFARS 252.212-7001,252.225-7001, 252.232-7003, 252.247-7023, 252.247-7023 Alt III, and 252.247-7024. (xiii)The following additional contract requirement(s) or terms and conditions apply: 52.216-18 ORDERING. (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 60 months. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $3,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of $5,500,000.00; (2) Any order for a combination of items in excess of $5,500,000; or (3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) (xiv) The following local provision apply: ARL Provisions 52.005-4401, 52.011-4401, 52.032-4418, 52.032-4427, 52.037-4402, 52.037-4403, 52.037-4400 ATL, and AMC-Level of Protest Program (Oct 1996) and the US Army RDECOM. Provisions can be obtained by contacting the Contract Specialist, Mr. Neal Gowda at neal.gowda@arl.army.mil. (xv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NONE. (xvi) The following notes apply to this announcement: NONE. (xvii) Offers are due on 13 September 2009, 11:59 PM EST by email to NEAL.GOWDA@ARL.ARMY.MIL. (xviii) For information regarding this solicitation, please contact Neal Gowda, NEAL.GOWDA@ARL.ARMY.MIL, 301-394-3371.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QX-09-T-0218/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen ATTN: Aberdeen Proving Grounds Aberdeen MD
Zip Code: 21005-5001
 
Record
SN01945959-W 20090910/090909085826-bf02e00a4e0b9b850d9db6e7c5c0692f (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.