Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

67 -- No-Touch Optical Digital Scanner

Notice Date
9/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
US Army, Army Contracting Command, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-11-T-F013
 
Response Due
9/21/2011
 
Archive Date
10/21/2011
 
Point of Contact
Yasmine Clanton, Contract Specialist, 973-724-4349
 
E-Mail Address
Yasmine Clanton
(yasmine.clanton@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; a written solicitation will not be issued. Solicitation W15QKN-11-T-F013 along with incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-50. The NAICS code for this procurement is 333314. The U.S. Army ARDEC, Picatinny Arsenal, NJ intends to award on a competitive basis a purchase order for a No-Touch Optical Digital Scanner that meets the following salient features: Device Primary Characteristics: 1.Non-contact scanning device with applicable processing and post-processing software2.Minimum Accuracy of 40 m 3.Capable of data collection from shiny and dark surfaces 4.Capable of point cloud/polygon mesh generation, post-processing functionality, and part measurement5.Capable of generating reports within processing software6.Minimum Import/Export file types: *.igs, *.stl, *.stp, Pro/E7.Output interface shall be USB 2.08.Auto-focus and Auto-exposure capable9.Minimum ambient light condition of 500 lx or better10.All lasers must be eye safe11.Surface deviation and inspection capable with imported 3D models12.All action steps and evaluation steps within software are traceable and modifiable from results data to original elements13.Able to measure parts as small as 25x25x25 mm up to 600x600x600 mm.14.Measure part dimensions to one thousandth of an inch or better.15.Capable of easily outputing and modifing parametric features within Pro-Engineer Wildfire version 5 software.16.Scan and process small part measurements within a reasonable time of 5 to 60 minutes.17.Measuring resolution shall provide a smooth and continuous part configuration with a typical number of measuring points of 100 to 5 million per object.18.Shall include a Laptop computer operating on a 64-bit Army Gold Standard Vista operating system with recommended Processor and Ram capable of operating the required software, hardware, and operating tasks.19.Powered by 120VAC.20.Include means to Self-calibrate or easily calibrate by operator21.Include all necessary tools to operate the system.22.Include any necessary mounting racks, mounts, turntables, and/or stands.23.Include a sturdy travel case.24.Include operating and maintenance manuals, with list of recommended spare parts.25.Shall include a one (1) year warranty on parts and labor.26.Shall include (3) days of on-site O&M instructions upon product delivery. Interested sources shall provide proposals with complete specifications of product. Deliverables:1.All materials under this procurement package shall be delivered within 3 months after the receipt of contract award.2.The contractor shall have all equipment delivered at the same time to:U.S. Army ARDECPicatinny Arsenal, NJ 07806,Bldg. 65N, RDAR-WSW-F, Mr. John T. Brennan, (973) 724 6494.3.Delivery must be made through the Truck Gate at Picatinny Arsenal. 4.Equipment set-up, start-up and instruction shall be conducted by the vendor within (2) weeks after complete product delivery. The following Federal Acquisition Regulation (FAR) and Defense FAR (DFAR) Provisions/Clauses are applicable and are incorporated by reference: FAR: 52.212-1, 52.212-3, and 52.212-4. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, 52.233-3, 52.233-4, 52.247-34. DFAR: 252.212-7000, 252.212-7001and 252.232-7010. The following additional DFAR Clauses under 52.212-7001 also apply to this acquisition; 252.203-7000, 252.225-7036, 252.232-7003 and 252.247-7023 Alt III. The following local clauses also apply: 52.246-4000 Acceptance52.246-4001 Government Property Quality Assurance Actions52.232-4002 Payment52.000-4000 Identification of Contractor Employees (Dec 05)52.224-4001 Disclosure of Unit price information 52.232-4004 Army Electric Invoicing Instructions52.215-4005 Electronic & Non-Electronic Proposal Submission Requirement (July 2009)52.000-4003 Administrative Space Occupied by Contractors at Picatinny Arsenal (February 2010)52.000-4002 Level 1 Anti Terrorist Awareness Training (Oct 2010) 52.252-2 -- Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): FAR - http://farsite.hill.af.mil/vffara.htmLocal Clauses - http://procnet.pica.army.mil/reference/Clauses/locals.htm 52.212-1 Addenda- QUOTE SUBMISSIONThis section contains quote submission instructions as well as specific quote requirements for the solicitation.The offerors quote shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a quote in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in quotes. The burden of proving acceptability remains with the offerors. General: The quote shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for quote (RFQ). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the quote.All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. US Army Contracting Command-PicatinnyACC-PICA-JA, Yasmine ClantonPicatinny Arsenal, NJ 07806-5000E- mail: yasmine.clanton@us.army.mil *FOB Destination - Picatinny Arsenal, NJ* 1. Basis for AwardThe Government will award one purchase order for the equipment outlined in the Statement of Work. The evaluation of quotes shall be conducted utilizing the lowest priced technically acceptable evaluation approach. Selection of a quote(s) for award will be based on an evaluation of quotes in the areas of Technical and Price, with award being made to the quoter(s) whose quote is the lowest priced and is technically acceptable. Under this evaluation approach, a quoter would not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability. 1.1 DiscussionsThe Government intends to evaluate quotes and award a purchase order without discussions with offerors. Therefore, the offerors initial quote should contain the offerors best terms from a price and technical standpoint. Quotes must be fully responsive to all requirements of the scope of work. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.2. Areas to be Evaluated:(1) Technical(2) Price 3. Evaluation ApproachCareful, complete, and impartial consideration will be given to all quotes received pursuant to the Request for Quote. A team of Government personnel will evaluate each quote in the areas described below. (1) Technical: The quoters technical portion of the quote will be rated acceptable or unacceptable based on assessment of the stated minimum requirements below. These items are deemed critical to meet the Governments requirement. If any one of these requirements is rated as unacceptable this will result in an overall technical rating of unacceptable and the quote will not be considered any further.In order for a quote to be deemed acceptable it must meet the following minimum criteria:Device Primary Characteristics: 1.Non-contact scanning device with applicable processing and post-processing software2.Minimum Accuracy of 40 m 3.Capable of data collection from shiny and dark surfaces 4.Capable of point cloud/polygon mesh generation, post-processing functionality, and part measurement5.Capable of generating reports within processing software6.Minimum Import/Export file types: *.igs, *.stl, *.stp, Pro/E7.Output interface shall be USB 2.08.Auto-focus and Auto-exposure capable9.Minimum ambient light condition of 500 lx or better10.All lasers must be eye safe11.Surface deviation and inspection capable with imported 3D models12.All action steps and evaluation steps within software are traceable and modifiable from results data to original elements13.Able to measure parts as small as 25x25x25 mm up to 600x600x600 mm.14.Measure part dimensions to one thousandth of an inch or better.15.Capable of easily outputing and modifing parametric features within Pro-Engineer Wildfire version 5 software.16.Scan and process small part measurements within a reasonable time of 5 to 60 minutes.17.Measuring resolution shall provide a smooth and continuous part configuration with a typical number of measuring points of 100 to 5 million per object.18.Shall include a Laptop computer operating on a 64-bit Army Gold Standard Vista operating system with recommended Processor and Ram capable of operating the required software, hardware, and operating tasks.19.Powered by 120VAC.20.Include means to Self-calibrate or easily calibrate by operator21.Include all necessary tools to operate the system.22.Include any necessary mounting racks, mounts, turntables, and/or stands.23.Include a sturdy travel case.24.Include operating and maintenance manuals, with list of recommended spare parts.25.Shall include a one (1) year warranty on parts and labor.26.Shall include (3) days of on-site O&M instructions upon product delivery. (2)Price: The quoted unit price will be evaluated for reasonableness. Price Inconsistencies: A quote is presumed to represent an offerors best effort to respond to the solicitation. Any inconsistency, whether real or apparent, between promised performance and price, shall be explained in the quote. Any significant inconsistencies, if unexplained, raise a fundamental issue of the offerors understanding of the nature and scope or the work required and their financial ability to perform the contract, and may be grounds for rejection of the quote.Please complete provision 52.212-3, Offeror Representations and Certifications-Commercial Items; OR indicate that your companys representations and certifications are current and available via Online Representations and Certifications Application (ORCA). Point of Contact: Mr. Yasmine Clanton, yasmine.clanton@us.army.mil. Quotes must be received No Later Than 21 September 2011. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/96d2d9336300c789f737824ac84cc8f2)
 
Record
SN02578099-W 20110917/110915235640-96d2d9336300c789f737824ac84cc8f2 (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.