Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

66 -- LABCAR Hardware, System Software Pack, and Configuration; ES910.3-A Prototyping and Interface Modules; and FlexECUs with ETK interfaces

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
12TARV00712LABCAR
 
Response Due
2/14/2012
 
Archive Date
4/14/2012
 
Point of Contact
Carol D. Nagel, 586-282-5888
 
E-Mail Address
ACC - Warren (ACC-WRN)(DTA)
(carol.d.nagel@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. Combined Synopsis and Solicitation Requirement: This solicitation is restricted, in accordance with FAR 13.106-1(b)(1), to ETAS, Inc., 3021 Miller Road, Ann Arbor, Michigan 48103, for the purchase of LABCAR Hardware, System Software Pack, and Configuration; ES910.3-A Prototyping and Interface Modules; and FlexECUs with ETK interfaces. I.INTRODUCTION A.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. B.The combined synopsis and Request for Quotation (RFQ) number is: 12TARV00712, 12TARV00812, and 12TARV00912. C.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55, effective 03 Jan 2012. D.This solicitation is not set aside for Small Business. The NAICS code applicable to this acquisition is 423430 with a size standard of 100 employees] E.Basis for award: This proposed firm fixed price contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1). Interested persons may identify their interest and capability to respond to the requirement or submit quotes. II.GENERAL A.The United States Army Tank and Automotive Research, Development, and Engineering Center (TARDEC) in Warren, Michigan, has a requirement for the following: One (1) Turn-key LABCAR Hardware This turn-key LABCAR hardware includes the TP_GEN50-30 power supply with remote control, RTPC_2U PC for model computations, ES4100.1 housing for the signal box, CAN iPC-IXC/PCI cards, Engine I/O boards for analog inputs/outputs, digital input/outputs, PWM inputs/outputs, angle-based inputs/outputs, resistive outputs, break out box, 9U rack system, connector kit, compact failure simulation module, and ECU load box. One (1) LABCAR System Software Pack This PC-based, machine-named license for LABCAR System Software Pack includes the LABCAR system software maintenance for one year. One (1) LABCAR Configuration Configuration includes generation of an initial LABCAR project (includes a graphical user interface), testing of the system with simulated loads, creation of an ECU harness, testing the system with an ECU connected, and providing system training. Two (2) ES910.3-A Prototyping and Interface Module The ES910.3-A is a compact rapid prototyping module with 2 x CAN (high or low speed), 2 x LIN (Master/Slave), 1 x ETK, 1 x XETK, and 1 x IO interfaces. Two (2) FlexECU (AS_EDC17CV41) with ETK, uC with socket, unsealed B.Delivery and Acceptance: Delivery and Acceptance will be FOB destination. Ship To: TARDEC USA TACOM, Detroit Arsenal Central Receiving Dock, Building 249 6501 E. Eleven Mile Road Warren, MI 48397-5000 C.This acquisition is unrated under the Defense Priorities and Allocations System (DPAS). D.All quotations must be received by the Army Contracting Command - Warren no later than 7:00 A.M. EST, Tuesday, 14 FEBRUARY 2012. Email quotations and any inquiries to carol.d.nagel.civ@mail.mil. Contractors must be listed in the Central Contractor Registry prior to receiving an award. Refer to website www.ccr.gov for registration information. III.SOLICITATION PROVISIONS AND CONTRACT CLAUSES Complete text of the Federal Acquisition Regulation (FAR) and Department of Defense FAR Supplement (DFARS) provisions and clauses can be accessed at: FAR: http://farsite.hill.af.mil/vffar1.htm DFARS: http://farsite.hill.af.mil/VFDFAR1.HTM The clauses and provisions listed below require contractors to fill in the necessary information applicable to this solicitation and be included with quote: 52.212-3, Offeror Representations and Certifications-Commercial Items-Alternate I 52.219-1, Small Business Program Representations-Alternate I 252.211-7003, Item Identification and Valuation-Alternate I The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation: 52.204-7, Central Contractor Registration 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors-Commercial Items 52.212-2, Evaluation-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items-Alternate I 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government-Alternate I (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (14) 52.219-8, Utilization of Small Business Concerns (23) 52.219-28, Post Award Small Business Program Rerepresentation (26) 52.222-3, Convict Labor (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (28) 52.222-21, Prohibition of Segregated Facilities (29) 52.222-26, Equal Opportunity (30) 52.222-35, Equal Opportunity for Veterans (31) 52.222-36, Affirmative Action for Workers with Disabilities (32) 52.222-37, Employment Reports on Veterans (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (42) 52.225-13, Restrictions on Certain Foreign Purchases (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.214-34, Submission of Offers in the English Language 52.214-35, Submission of Offers in U.S. Currency 52.219-1, Small Business Program Representations-Alternate I 52.225-18, Place of Manufacture 52.227-1, Authorization and Consent 52.232-11, Extras 52.232-17, Interest 52.233-2, Service of Protest 52.242-13, Bankruptcy 52.246-2, Inspection of Supplies-Fixed-Price 52.247-34, F.O.B. Destination 52.252-2, Clauses Incorporated by Reference 52.253-1, Computer Generated Forms The following clauses from the Defense Federal Acquisition Regulation (DFARS) apply to this synopsis/solicitation: 252.204-7003, Control of Government Personnel Work Product 252.204-7006, Billing Instructions 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.211-7003, Item Identification and Valuation-Alternate I 252.212-7000, Offeror Representations and Certifications-Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: (a) 52.203-3, Gratuities (b)(1) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (b)(6)(i) 252.225-7001, Buy American Act and Balance of Payments Program (b)(9) 252.225-7012, Preference for Certain Domestic Commodities (b)(26) 252.243-7002, Requests for Equitable Adjustment 252.225-7013, Duty-Free Entry 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7001, Pricing of Contract Modifications 252.246-7000, Material Inspection and Receiving Report These additional Army Contracting Command - Warren clauses apply to this synopsis/solicitation: 52.201-4000, TACOM - Warren Ombudsperson (APR 2011) Information regarding the TACOM Ombudsperson is located at the website http://contracting.tacom.army.mil/acqinfo/ombudsperson.htm. 52.204-4016, Electronic Contracting (DEC 2011) All TACOM solicitations and awards are distributed on the TACOM - Warren Procurement Network (ProcNet) Business Opportunities website (http://contracting.tacom.army.mil/opportunity.htm) and are no longer available in hard copy. You are required to submit your offer, bid, or quote electronically, via the Army Single Face to Industry (ASFI) Online Bid Response System (BRS). If you have questions or need help using ProcNet, call our Electronic Contracting Help Desk at (586) 282-7059, or send an email to DAMI_AcquisitionCenterWebPage@conus.army.mil. If you have questions about the content of any specific item posted on the ProcNet, please call the contract specialist or point of contact listed for the item. For technical assistance in doing business with the Government, and doing business electronically, please visit the Procurement Technical Assistance Center website at http://www.dla.mil/db/procurem.htm to find a location near you. 52.211-4000, Marking of Shipment (JUL 2008) All packages must be marked with the contents and TACOM Contract/Order Number. Failure to properly mark all shipments may result in delayed payment and possible rejection of invoices and/or shipments. 52.212-4003, All or None -- Commercial Item Acquisition (SEP 1996) This provision serves as an addendum that modifies paragraph (h) of FAR 52.212-1, entitled INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS. Paragraph (h) is modified to say that you must offer to provide the total quantity of the items in this solicitation. ONLY ONE AWARD WILL BE MADE AS A RESULT OF THIS SOLICITATION. OFFERS SUBMITTED FOR LESS THAN THE TOTAL QUANTITIES OF ALL THE ITEMS IN THIS SOLICITATION WILL NOT BE CONSIDERED FOR AWARD. 52.215-4405, Access to the Detroit Arsenal; Identifying Contractor Employees; Non-Disclosure Statement (NOV 2002) This requirement is applicable to contractor employees working at or visiting Detroit Arsenal. The term "contractor employee" includes employees, agents, or representatives and all employees, agents or representatives of all subcontractors and suppliers. Contractor employees entering the Detroit Arsenal are responsible for obtaining, and then returning, security identification badges/passes and vehicle registration decals/passes. All contractor employees, while on the premises at TACOM Warren, shall continually wear the badge, which shall be visible at all times. Each contractor employee working at the Detroit Arsenal property under this contract shall sign a Non-disclosure Agreement on their company's letterhead prior to commencing work under the contract or obtaining the badges permitting access to the property. 52.232-4000, Contracting Officer's Authority (APR 2006) The Contracting Officer is the only person authorized to approve additions or changes in any of the requirements under any contract, resulting from this solicitation, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event that the contractor effects any change at the direction of any person other than the Contracting Officer, such change shall be solely at the risk of the contractor. (See General Provision, entitled: "Notification of Changes," FAR 52.243-7 or paragraph (c) of FAR 52.212-4.) 52.232-4007, Wide Area Work Flow (WAWF), Codes, and Designated Acceptors (APR 2008) USE THE FOLLOWING CODES TO ROUTE YOUR INVOICES THROUGH WAWF: - Your firm's CAGE code (found in Block 15A of SF 33; Block 17a of SF 1449; Block 14 of SF 1442; Block 7 of SF 26) - Issue and Admin DoDAAC Code (found in Block 7 of SF 33; Block 9 of SF 1449; Block 7 of SF 1442; Block 5 of SF 26) - Ship-To DoDAAC Code (if deliverables are involved) (found in Section B of the contract where SF 33, SF 1442, or SF 26 is the cover page; Block 15 of SF 1449) - Accept-By DoDAAC Code: If Inspection/Acceptance is Origin, use the Admin (DCMA) DoDAAC or the DoDAAC of the inspection/acceptance office if different than the Admin DoDAAC; if Destination, use the Ship-To DODAAC Code. If Accepted-By Other: enter the DoDAAC of the activity designated to perform acceptance. - Payment DoDAAC Code (found in Block 25 of SF 33; Block 18a of SF 1449; Block 27 of SF 1442; Block 12 of SF 26) The WAWF system will prompt for "additional e-mail submission" after clicking "Signature." The following additional e-mail submissions are required: Primary Acceptor Name: (TBD) (To Be Determined) Primary Acceptor e-mail: (TBD) Alternate Acceptor Name: (TBD) Alternate Acceptor e-mail: (TBD) Add to Extended Description when WAWF clause is used. COMBO for supplies, Two in Once for Services. Wireless Service is considered a supply, COMBO. WAWF Invoicing Procedures: Invoices will be submitted electronically through DFAS payment automated system Wide Area Work Flow (WAWF). Contractors, when requesting payment for your contract in WAWF, please submit as a "COMBO," not an invoice. In addition, when requesting payments, the contractor can notify the Acceptor by clicking SEND MORE E-MAIL NOTIFICATIONS and entering the Acceptor's e-mail address. Training is available at http://www.wawftraining.com/ The paying office DoDAAC and mailing address is located on the first page of the award. To track the status of your invoice, click on the link, "Pay status" (myInvoice-External link) at the bottom of the left-hand menu. TACOM-Warren uses WAWF-RA (Receipt and Acceptance) to electronically process vendor requests for payment. (See DFARS clause 252.232-7003, entitled "Electronic Submission of Payment Requests and Receiving Reports"). Under WAWF-RA, vendors electronically submit (and track) invoices, and receipt/acceptance documents/reports. Submission of hard copy DD250/invoices is no longer acceptable for payment purposes. The contractor shall register to use WAWF-RA at https://wawf.eb.mil There is no charge to use WAWF. Direct any questions relating to system setup and vendor training to the Help Desk at Ogden, UT at 1-866-618-5988. Web-based training for WAWF is also available at https://wawftraining.eb.mil. To obtain payment, WAWF requires the contractor to input/indicate the various DoDAAC (Department of Defense Activity Address Code) codes that apply to the acquisition. These codes can be found on the cover page of contracts/orders as described below. Also, contractors must ensure to include the purchase request number in the line item description. This number can be found under the line item description on the order/contract. (Type of Invoice: If this contract calls for contractor submission of a Material Inspection and Receiving report by virtue of the inclusion of the clause at DFARS 252.246-7000, "Material Inspection and Receiving Report", use a "combo" Invoice and Receiving Report. If this DFARS clause is NOT in the contract, use a "two-in-one" invoice as described in WAWF.) If your paying office is Columbus, direct any payment-related questions to the Defense Finance Accounting Services (DFAS) Columbus at 1-888-756-4571. Please have your order number and invoice ready when calling about payment status. If your paying office is other than Columbus, contact your contract administrator for the customer service phone/fax numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e164bf81557e936e37c6c0a82acc373e)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN02670872-W 20120210/120208235506-e164bf81557e936e37c6c0a82acc373e (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.