Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
SOLICITATION NOTICE

65 -- The requirements of this solicitation are for manufacture of one (1) Shock Tube Generator to screen for traumatic brain injury (TBI) in soldiers exposed to a blast wave for Brooke Army Medical Center, Fort Sam Houston, TX.

Notice Date
1/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-10-T-0041A
 
Response Due
2/8/2010
 
Archive Date
4/9/2010
 
Point of Contact
Lydia Trevino, (210) 221-4868
 
E-Mail Address
Great Plains Regional Contracting Ofc
(lydia.trevino@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; proposals are being requested and a written solicitation will not be issued. This is a solicitation W81K00-10-T-0041A of purchase request W81NTE9317N672 issued as a Request for Quotation (RFQ). This is not related to a previously issued Sources Sought W81K00-10-T-0041. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 541712. Size standard is 500 employees. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for manufacture of one (1) Shock Tube Generator to screen for traumatic brain injury (TBI) in soldier exposed to a blast wave for Brooke Army Medical Center, Fort Sam Houston, TX. Performance period: 22 Feb 2010 through 30 Sep 2010, FOB Destination. Deliverables: Item No.Deliverable Delivery DateUnit Price Total 0001Construction of shock tube 2 mos ARO$_______ $______ 0002Testing/Certification3 mos ARO$_______$______ 0003Final Delivery4 mos ARO$_______$______ 0004User Manual/Technical Specification ReportFinal Delivery$_______$______ Salient characteristics: 1. Minimum 18 inch diameter air driven shock tube, sufficiently long to establish a fully developed and repeatable shock wave (analysis is required) 2. Shock tube must be certified and hydro-static tested to ASME B 31.3, tube inspection schedule must be supplied 3. Shock wave pressure range: minimum=currently accepted maximum safe blast pressure, maximum=90% estimated lethality (with 1 psi driver pressure accuracy) 4. Shock tube must be capable of independently adjustable impulse 5. Shock tube must be portable, capable of being moved down and around standard office hallways and through 36 inch doors, shipping containers must be supplied 6. Linear and nonlinear acoustic mitigation analysis, test, and design capability is required. 7. Shock tube operational analysis is required. 8. A portable air compressor to charge the shock tube must also be supplied (120 v or 220v), minimum charge time less than 2 minutes. 9. Active shock wave initiation system required (+- 1 psi). 10. High speed (1 x 10^6 samples/sec or greater), 16 bit data acquisition system with signal conditioning and pressure transducer(s) must be supplied to measure shock tube exit shock environment. 11. Sound dampening system to limit sound exposure to acceptable OSHA levels. 12. Extensive background experience (3-5 years) in manufacturing shock wave generators for use in applied research and must provide documentation to this effect. 13. Must have fabricated at least two shock tubes in the past and must be able to provide the device within three (3) months of contract award. NOTE: Award will be on an all or none basis. The following FAR and DFARS provisions and clauses apply to this solicitation: Delivery shall be FOB Destination to Brooke Army Medical Center, Fort Sam Houston, TX. Pricing quote shall include all applicable fees. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation which deviate from the basic provision paragraph (a) through (l). 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-5 Women-Owned Business Other than Small Business, 52.204-7 Central Contractor Registration, 52.211-6 Brand Name or Equal. 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 including subparagraphs: 52.214-34, Submission of Offers in the English Language, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for the Next Fiscal Year and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.233-2 Service of Protest, 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-1 Solicitation Provisions incorporated by reference, FAR 52.252-2 and DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items, DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.225-7000, Buy American Act Balance of Payments Program Certificate 252.232-7010 Levies on Contract Payments. FAR 52.212-2, Evaluation-Commercial Items. Addendum to FAR 52.212-2. a. Paragraph (a) is hereby replaced with the following: The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain in detail how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the product offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer, not to exceed 25 pages. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 8 Feb 2010, 12:00 PM, Central Standard Time. Submit offers via email to Kenneth.Tyson1@us.army.mil Place of performance: Brooke Army Medical Center 3851 Roger Brooke Drive, Bldg 3600 Fort Sam Houston, TX 78234 UNITED STATES Contact: Kenneth J. Tyson, Contracting Officer, Phone 210-221-4723 Email Kenneth.Tyson1@us.army.mil Contracting Office Address: Great Plains Regional Contracting Office MCAA GP BAMC 3851 Roger Brooke L31-9V Fort Sam Houston, TX 78234-6200 Point of Contact: Kenneth Tyson, Contracting Officer, (210) 221-4723
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-10-T-0041A/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN02049540-W 20100127/100125235159-b9700274be31f84f5c4dc763121e7f24 (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.