Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

H -- Testing Packages Service

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-10-R-0072
 
Response Due
8/4/2010
 
Archive Date
10/3/2010
 
Point of Contact
Jonathan Lehmann, 508-233-4124
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(jonathan.lehmann@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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 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. The U.S. Army RDECOM Contracting Center, Natick Contracting Division has an acquisition requirement for a firm fixed price contract for packages testing service. This is a combined synopsis/solicitation W911QY-10-R-0072. 52.219-6 Notice Of Total Small Business Set-Aside applies to this request for quote. The NAICS Codes for this acquisition 541380. Vendor Scope of Work: 1. SCOPE: This Statement of Work (SOW) specifies tasks and actions required for providing the Government with a service to adequately test packaged product. DATA ITEMTITLESOW PARAGRAPH A001 Packaging Test Report 6.0 2. PURPOSE: The purpose of this test is to simulate distribution conditions for worldwide transportation and storage. The test sequence will follow ASTM D4169, Distribution Cycle 18 Assurance level II. There will be a total of 33 test units as described herein. The government will perform all inspections upon completion of testing. No hazardous materials will be used in test units. The government will pay for the transportation of the test units to and from the contractor test facility. 3. REFERENCE: The following references are part of this SOW for packaging testing: Reference DocRev Date_____ ASTM D4169092009.11.01 ASTM D6179072007.04.01 ASTM D642002000.10.10 ASTM D999082008.08.01 MIL-STD-810G2008.10.31 4. TEST UNIT DESCRIPTION: All test units will consist of fully packaged Tri-wall containers and palletized product as described below. 4.1 TRI-WALL CONTAINER containers are stackable and consist of a polyethylene locking bottom and top cover. The fully packed tri-wall container will equal one test unit. Approximate OD container dimensions = 40L x 48W x 38H Test unit quantity = 27 units Total weight per unit = 1000lbs 1200lbs 4.2 PALLETIZED PRODUCT Multiple boxes of product will be stretch wrapped and secured to pallet. The fully loaded pallet will equal one test unit. Approximate palletized load dimensions = 40L x 48W x 52H Test unit quantity = 6 pallets of product Total weight per pallet= 1500lbs 2300lbs 5. TEST REQUIRMENTS: The government will provide the contractor with fully assembled test units. Test units will be delivered to the contractor in an overpacked configuration and will be packed into the proper shipping containers by the government at the contractor facility. The government will provide all required packaging materials for the re-pack process and will perform the re-pack process at the contractor facility before testing. After completion of testing the government will perform a second re-pack process at the contractor facility to overpack the test samples prior to transportation to the government facility. All testing will be performed per ASTM D4169 DC 18, Assurance Level II. The following are test requirements to be performed on each of the 33 test units: 5.1 TEST SEQUENCE PER ASTM D4169: Mechanical Handling: A.Rotational Edge Drops B.Rotational Corner Drops Warehouse Stacking Mechanical Handling: A.Rotational Edge Drops B.Rotational Corner Drops Loose Load Vibration *Vehicle Vibration (Stack 2 high for Tri-wall containers only) Mechanical Handling: A.Rotational Edge Drops B.Rotational Corner Drops *Tri-wall container units will require double-stacking during Vehicle Vibration testing. The bottom test unit shall contain the fully packaged unit. A dummy pack(s) shall be assembled and packed by the contractor to represent the total weight of a fully loaded tri-wall container. The dummy pack(s) shall be utilized as the top test unit for all Vehicle Vibration testing involving Tri-wall containers. The government will supply contractor with empty Tri-wall containers to pack simulated weight containers. 5.1 Temperature Conditioning: The testing shall be conducted at standard laboratory conditions. Condition the samples for testing to a standard atmosphere of 73.4 2F (23 1C) and 50 2% relative humidity. Condition fiberboard containers in accordance with Practice D4332. The same atmospheric condition should be used for any assurance level. A conditioning period of 72 hours, or sufficient time to reach equilibrium of all parts of the package and the product is recommended. Tests should be conducted in the conditioned atmosphere whenever possible. 5.2 Rotational Edge Drops For edge drops, use Method A of Test Methods D6179 with a 6 in. (150mm) height timber edge support. Drops shall be made on each opposite edge of the units base, for a total of four impacts. For all rotational drops, test with the lowest drop height indicated by either gross weight or maximum dimension, using the test levels shown in Table 1. 5.3 Rotational Corner Drops - For corner drops, use Method B of Test Methods D6179, except that one corner of the shipping unit base shall be supported on a 6 in. (150mm) height block while the other corner on the same end or side rests on a 12 in. (300mm) height block. Each corner will be impacted, for a total of four drops. For all rotational drops, test with the lowest drop height indicated by either gross weight or maximum dimension, using the test levels shown in Table 1. Gross Weight, lb (kg) or Maximum Dimension, in (mm)Drop Height, in. (mm) Assurance Level IAssurance Level II over 100 to 250 (45 to 113) or over 60 to 66 (1524 to 1676)30 (762)24 (610) over 250 to 500 (to 227) or over 66 to 78 (to 1981)24 (610)18 (457) over 500 to 1000 (to 454) or over 78 to 90 (to 2286)18 (457)12 (305) over 1000 (over 454) or over 90 (2286)12 (305)9 (229) Table 1: Drop Heights 5.4 Warehouse Stacking Method of testing shall be in accordance with ASTM D642. The test levels and the test methods for this section of the test protocol are intended to determine the ability of the shipping unit to withstand the compressive loads that occur during warehouse storage. The minimum required load shall be calculated using an F factor of 4.5* in the formula below. Remove the load within 3 seconds after reaching the specified value. NOTE: Since full pallet loads are being tested, F factors may be reduced by 30%. 5.5 Loose Load Vibration The test levels and the test method for this schedule of the distribution cycle are intended to determine the ability of the shipping unit to withstand the repetitive shocks occurring during transportation of bulk or loose loads. The test levels and test method account for amplitude, direction, and duration of repetitive shocks. Test method and test levels shall be in accordance with ASTM D999, Method A1 or A2. Special Instruction For Assurance Levels I and II, the dwell time shall be 2 hours on the base for unitized loads and shipping containers with skid bases. Also, all units to be tested shall not be in a stacked configuration for this section of the test. 5.6 Vehicle Vibration The test method and levels for this schedule are intended to determine the ability of shipping units to withstand random vibration during transport. For this section of the test plan, each pallet load shall be fitted with another pallet in a double-stack configuration (if double-stack shipping is applicable for the packaging configuration). The top pallet should be loaded with a concentrated dead weight load equal to the weight of the lower pallet. This will simulate a double stack of units in transport, which is valid for certain package configurations listed herein. Conduct the random vibration test on the shipping units using the PSD (power spectral densities) in Table 2. For vertical vibration, conduct the test for 3 hours on a vertical motion vibration machine. If transverse and longitudinal vibrations are possible causes for damage, conduct vibration testing on a horizontal motion vibration machine for 3 hours in each axis. VerticalTransverseLongitudinal Frequency (Hz)PSD ( ) Frequency (Hz)PSD ( ) Frequency (Hz)PSD ( ) 100.01500100.00013100.00650 400.01500200.00065200.00650 5000.00015300.000651200.00020 780.000021210.00300 790.000192000.00300 1200.000192400.00150 5000.000013400.00003 5000.00015 Table 2: Vehicle Vibration PSD 6.0 TEST REPORT: A final test report shall be submitted to the government upon completion of the test report per attached CDRL A001. Test report shall include a summary of each step performed in the distribution testing protocol and documentation from any applicable tests. Test data should be included in the test report as applicable to each test. Documentation of test equipment shall be provided to include following information: oManufacturer oModel # oSerial # oLast Calibration Date Instructions to Offerors, Evaluation Criteria, and Representations and Certifications: Proposals may be submitted via email to jonathan.lehmann@us.army.mil or sent by overnight or regular mail to Jonathan Lehmann c/o U.S. Army RDECOM Contracting Center, Natick Contracting Division ATTN: CCRD-NA-SY, 1 Kansas Street, Natick MA 01760-5011. Questions may be addressed to Jonathan Lehmann via email at jonathan.lehmann@us.army.mil. The closing time and date for quotes will not be later than 12:00 pm EDT Aug 04, 2010. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1 Instructions To Offerors Commercial Items; 52.212-2 Evaluation - Commercial Items with Addenda below; Addendum to 52.212-2 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: Technical capability of the item offered to meet the Government requirement (Salient Characteristics); past performance and price. Technical is of greater importance when compared to past performance and price combined, past performance is of greater importance when compared to price. Offerors are cautioned that an award may not necessarily be made to the Offeror who submits the lowest priced offer. THE GOVERNMENT RESERVES THE RIGHT TO AWARD THE CONTRACT BASED ON THE INITIAL SUBMISSIONS WITHOUT DISCUSSIONS. 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 offer's 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. (End of addendum), A completed copy of 52.212-3 Offeror Representation and Certifications - COMMERCIAL ITEMS and 252.212-7000 Offeror Representations and certifications Commercial Items and 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions must be submitted with the offer. Clauses: The following Federal Acquisition Regulation (FAR) clauses also apply: 52.212-4 Contract Terms and Conditions Commercial Items..52.212-5(DEV) Contract Terms and Conditions Required to Implement Statutes Of Executive Orders - Commercial Items(Deviation), which include (i) 52.203-13 Contractor Code of Business Ethics and Conduct; (ii) 52.219-8 Utilization of Small Business Concerns; (iv) 52.222-26 Equal Opportunity; (v) 52.222-35 Equal Opportunity for Disabled Veterans; (vi) 52.222-36 Affirmative Action; (vii) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; and (viii) 52.222-41 Service Contract Act of 1965. Other FAR clauses that apply to this solicitation are: 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-5 Evaluation Of Options, 52.217-7 Option For Increased Quantity--Separately Priced Line Item - The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One Day; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-6 Drug-Free Workplace; 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; 52.225-13(Deviation) Restriction on Certain Foreign Purchases(Deviation) - (b) Except as authorized by OFAC, most transactions involving Cuba, Iran, Libya, and Sudan are prohibited, as are most imports from North Korea, into the United States or its outlying areas; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.252-1 Solicitation Provisions Incoporated By Reference - the full text of a solicitation provision may be accessed electronically at this/these address(es): http://FARSITE.HILL.AF.MIL/ http://www.arnet.gov/far/; 52.252-2 Clauses Incorporated by Reference - the full text of a clause may be accessed electronically at this/these address(es): http://FARSITE.HILL.AF.MIL/ http://www.arnet.gov/far/; 52.252-6 Authorized Deviations in Clauses - The use in this solicitation or contract of any Defense Federal Acquisition Register (DFAR) (48 CFR Chapter 2 ) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses that apply to this solicitation are as follows: 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items(DEVIATION) which includes 252.225-7014 Preference for Domestic Specialty Metals, Alternate I, 252.237-7019 Training for Contractor Personnel Interacting with Detainees, 252.247-7023 Transportation of Supplies by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. Other DFARS clauses that apply to this solicitation are: 252.201-7000 Contracting Officers Representative; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources As Subcontractors; 252.227-7013 Rights in Technical DataNoncomercial Items; 252.227-7016 Rights in Bid or Proposal Information; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests. All provisions and clauses applicable to this solicitation may be accessed electronically at the following: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars. To be eligible for award, all offerors must be registered in the Central Contractor Registry (CCR). Information on the CCR may be obtained at http://ccr.edi.disa.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e91ce497abfb6da0133c5ea304051a71)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02211916-W 20100722/100720235434-e91ce497abfb6da0133c5ea304051a71 (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.