Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

66 -- Velocity Interferometer System for Any Reflector (VISAR)

Notice Date
7/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX14T0131
 
Response Due
7/29/2014
 
Archive Date
9/20/2014
 
Point of Contact
Fatimata Diallo, 301-394-5501
 
E-Mail Address
ACC-APG - Adelphi
(fatimata.diallo.civ@mail.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. COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 334516 3. Subject: Velocity Interferometer System for Any Reflector (VISAR) 4. Solicitation Number: W911QX-14-T-0131 5. Set-Aside Code: N/A 6. Response Date: 29 July 2014 7. Place of Delivery/Performance: US Army Contracting Command - APG Adelphi Contracting Division Aberdeen Proving Ground (APG) Aberdeen, MD 21001 USA 8.(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. (ii) The solicitation number is W911QX-14-T-0131. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74, 1 July 2014. (iv) The associated NAICS code is 334516. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: One (1) VISAR System, in accordance with the salient characteristics below. (vi) Description of requirements: Salient Characteristics The contractor shall provide one (1) VISAR that meets the following minimum requirements: 1.Ability to measure velocity of laser-driven flyer plates with a range of velocities from 1 kilometer per second per fringe (km/s/Fr) to 10 km/s/Fr 2.Precision calibrated etalon spacers with velocity-per-fringe constants provided 3.All required alignment tools and equipment provided (including alignment oscilloscope) 4.Photomultipliers with 1.0 nanosecond (ns) rise time or better 5.Fiber optic probes with the ability to be focused to a 250 micrometer (m) spot size 6.Fiber optic probes with the ability to be focused to a 100 m spot size 7.Magnifying periscope viewer with XYZ positioner and neutral density filters used for alignment of fiber optic probe on micron-sized flyer plate. 8.Harness for connecting streak camera 9.Popper gun for testing system performance and alignment 10.Etalons for measuring lower velocity events (100 to 1,850 meters per second per fringe (m/s/Fr)) 11.Modular design with option to expand to multi-beam probe 12.Two (2) Watts diode-pumped solid-state laser operating at 532 nanometers with a beam diameter less than ( less than ) 3 millimeters, beam divergence less than 0.5 milliradians (mrad), linewidth less than 5 megahertz (MHz), noise less than 0.03 root means square (RMS), and M2 less than 1.1 13.Carrying case with customized foam inserts to tightly secure equipment 14.Documentation to include detailed instructions for equipment use 15.The Contractor shall provide an on-site installation and training session of the VISAR for a minimum of three (3) days. 16.One (1) year warranty. The warranty shall be started from the first day of the customer's operation. (vii) Delivery is required within six (6) months after receipt of order (ARO). Delivery shall be made to the U.S. Army Research Laboratory (ARL), APG, MD. Acceptance shall be performed at the U.S. ARL, APG, MD. The FOB point is the U.S. ARL, APG, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: 52.214-34, 52.214-35. (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: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include 3 relevant records of sales from the previous 60 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Offerors shall include 3 references for peer-reviewed technical publications detailing scientific results obtained with the product. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations 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 the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.209-10, 52-219-4, 52.219-8, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33, 52.203-3, 252.203-7000, 252.203-7005, 252.204-7011, 252.209-7001, 252.215-7007, 252.215-7008, 252.223-7008, 252.225-7012, 252.225-7031, 252.225-7035, 252.225-7036, 252.232-7003, 252.232-7010, 252.243-7002, 252.244-7000, 252.247-7022, 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.204-4, 52.204-7, 52.225-25, 52.243-1, 52.246-1, 52.246-16, 52.252-2, 252.204-0001, 252.211-7003, 252.211-7003 ALT I, 252.232-7006. This will be a Firm Fixed Price Award. Furthermore, the following full text local clauses apply and read as follows: 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011) The ACC - APG point of contact for this action is: Cspec / Purch Tech: Fatimata Diallo Telephone Number: 301-394-5501 Email: fatimata.diallo.civ@mail.mil (End of clause) 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002) TPOC Name: To be provided upon contract award Telephone: Email: Fax: (End of clause) APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999) This is a Firm-Fixed Price (FFP) type of contract. (End of clause) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) Government Inspection and Acceptance shall be performed at the Army Research Laboratory (ARL) in Aberdeen Proving Grounds, MD by an authorized Government Representative. (End of clause) 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) Exemption certificate number 30005004 covers exemption from Maryland retail sales and use tax. The Federal Tax Identification number for the Army Research Laboratory is: 53-0215803. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the quote mark Web Based Training quote mark link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo Invoice/Receiving Report (Contracting Officer: Insert applicable document type(s). Note: If a quote mark Combo quote mark document type is identified but not supportable by the Contractor's business systems, an quote mark Invoice quote mark (stand-alone) and quote mark Receiving Report quote mark (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Army Research Laboratory, Aberdeen Proving Ground, MD; W813LT (Contracting Officer: Insert inspection and acceptance locations or quote mark Not applicable quote mark.) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWFData to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAACTo be provided upon contract award Issue By DoDAACW911QX Admin DoDAACW911QX Inspect By DoDAACW813LT Ship To CodeW813LT Ship From CodeN/A Mark For CodeN/A Service Approver (DoDAAC)N/A Service Acceptor (DoDAAC)N/A Accept at Other DoDAACW813LT LPO DoDAACN/A DCAA Auditor DoDAACN/A Other DoDAAC(s)N/A -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or quote mark See schedule quote mark if multiple ship to/acceptance locations apply, or quote mark Not applicable. quote mark ) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the quote mark Send Additional Email Notifications quote mark field of WAWF once a document is submitted in the system. Administrative Contracting Officer: daniel.p.dougherty14.civ@mail.mil Procurement Contracting Officer: daniel.p.dougherty14.civ@mail.mil Contracting Officer's Representative(s): To be provided upon contract award Approver of Combo Invoice and Receiving reports: michael.j.adams214.civ@mail.mil Grant Approver: N/A Receiving Office/Ship to POC: To be provided upon contract award Additional Points of Contact: fatimata.diallo.civ@mail.mil (Contracting Officer: Insert applicable email addresses or quote mark Not applicable. quote mark ) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Michael J. Adams; michael.j.adams214.civ@mail.mil (Contracting Officer: Insert applicable information or quote mark Not applicable. quote mark ) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006) Army Regulation AR 360-1, para 5-48 and Appendix D, prescribes Department of the Army policies on the review and clearance of materials proposed for release to the public by all entities holding Army contracts and/or assistance instruments. This clause is intended to provide safeguards against the accidental release of proprietary or classified information. The contractor shall forward the information proposed for public release, along with a cover transmittal letter, identifying the contract/instrument number, the specific information to be released, the medium to be used, and the purpose of the release, to the cognizant Contracting Officer's Representative. The Government will have no longer than sixty (60) calendar days to review the proposed release of information. During this 60-day period, the contractor and the Government agree to confer and consult with each other to ensure that no proprietary or classified information is released. The contractor shall assure that an acknowledgment of Government support and disclaimer of Government endorsement as set forth below shall appear on each publication or presentation of material based on or developed under this program. These statements shall appear either on the title/first page or the final page of such documents - quote mark The research reported in this document/presentation was performed in connection with contract/instrument W911QX-YY-C-NNNN with the U.S. Army Research Laboratory. The views and conclusions contained in this document/presentation are those of the authors and should not be interpreted as presenting the official policies or position, either expressed or implied, of the U.S. Army Research Laboratory or the U.S. Government unless so designated by other authorized documents. Citation of manufacturer's or trade names does not constitute an official endorsement or approval of the use thereof. The U.S. Government is authorized to reproduce and distribute reprints for Government purposes notwithstanding any copyright notation hereon. quote mark (End of clause) 52.011-4401 RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003) At ABERDEEN PROVING GROUNDS truck shipments are accepted Monday through Friday (except holidays) from 8:00 AM to 3:30 PM only at Shipping and Receiving, Building 434. Suppliers shall affix packing slips to the outside of any packages delivered under this contract. Packing slips must be clearly identified and easy to retrieve enclosed packing papers. To coordinate/schedule deliveries, contact Bldg. 434 at 410-278-4406. (End of clause) AMC-LEVEL PROTEST PROGRAM (JUL 2011) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103(e). Send protests (other than protests to the contracting officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Room: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256)450-8840 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of provision) US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509 (End of clause) (xiv) The following notes apply to this announcement: Prices given in bids shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). (xv) Offers are due on 29 July 2014, by 11:59 A.M. EST, and shall be sent electronically to joseph.m.dellinger2.ctr@mail.mil. (xvi) For information regarding this solicitation, please contact Joseph Dellinger; (301) 394-0769; joseph.m.dellinger2.ctr@mail.mil or Fatimata Diallo (301) 394-5501; fatimata.diallo.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ef6425d35e75c067cffad0815f290d5)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN03434208-W 20140724/140722235912-2ef6425d35e75c067cffad0815f290d5 (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.