Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
MODIFICATION

60 -- Quantity one hundred ninety-six (196) 3-axis/3 Dimensional Ultrasonic Anemometers and forty (40) Mechanical (Propeller/Vane in a single unit) Anemometers

Notice Date
9/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX15T0360
 
Response Due
9/18/2015
 
Archive Date
11/1/2015
 
Point of Contact
Allison Murray, 3013940754
 
E-Mail Address
ACC-APG - Adelphi
(allison.s.murray.civ@mail.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. (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-15-T-0360. 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 2005-83. (iv) This acquisition is set-aside for Small Businesses. The associated NAICS code is 334519. 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 Quantity One hundred ninety-six (196) 3-axis/3 Dimensional Ultrasonic Anemometers (Unit: Each) CLIN 0002 Quantity Forty (40) Mechanical (Propeller/Vane in a single unit) Anemometers (Unit: Each) CLIN 0003 Shipping to White Sands Missile Range (WSMR), NM 88002-5501 (vi) Description of requirements: The Contractor shall provide one hundred ninety-six (196) 3-axis/3 Dimensional ultrasonic and forty (40) mechanical (propeller/vane in a single unit) anemometers that meet, at a minimum, the following salient characteristics: Quantity (Qty) One hundred ninety-six (196) 3-Axis/3 Dimensional ultrasonic anemometers: 1)Wind Speed: 0 to 40 meters/second (m/s) Resolution: 0.01 m/s Threshold: 0.01 m/s Accuracy: 1% 0.05 m/s (0-30 m/s), 3% (40 m/s) 2) Wind Direction: 0 to 360 degrees Elevation Range: 30 degrees Resolution: 0.1 degree Accuracy: 2 degrees (0-30 m/s), 5 degrees (40 m/s) 3) Sonic Temperature: -50 to +50 Celcius (C) Resolution: 0.01 m/s Accuracy: 2 C (0-30 m/s) 4) Serial Output: User Programmable American Standard Code for Information Interchange (ASCII), RS-232 or RS-485 baud rate from 1200 to 38400 4 to 32 Hertz (Hz), shall have 20Hz and 32Hz (user-selected) Units: m/s, centimeters/second (cm/s), miles per hour (mph), knots, kilometer per hour (km/h) 5) Speed of Sound: 300 to 360 m/s Resolution: 0.01 m/s Accuracy: 0.1% 0.05 m/s (0-30 m/s) 6) Voltage (V) Inputs: 4 Range: 0 to 5000 millivots (mV), V1 & V2 0 to 1000 mV, V3 & V4 Resolution: 1 part in 4000 Accuracy: 0.1% of full scale 7) Power Requirement 12 to 24 Volts Direct Current (VDC), 110 mA 8) Operating Temperature: -50 to +50 C 9) Shall fit on a standard 1-inch pipe 10) Shall have a weather proof junction box for the wiring 11) Shall come calibrated by a National Institute of Standards and Technology (NIST) traceable standard Qty Forty (40) Mechanical Anemometers: 1)Propeller and vane a single unit 2) Wind speed: 0-100 m/s (224 mph) Wind speed: 0.3 m/s (0.6 mph) or 1% of reading 3) Azimuth: 360 mechanical, 355 electrical (5 open) Accuracy: Wind direction: 3 degrees 4) Threshold: Propeller: 1.0 m/s (2.2 mph) Vane: 1.0 m/s (2.2 mph) 5) Power Requirement: Potentiometer excitation: 15 VDC maximum 6) Supplied with 3 meter cable attached 7) Shall fit on standard 1-inch pipe 8) Shall come calibrated by a NIST traceable standard (vii) Delivery of all items is required by 31 December 2015. Delivery shall be made to Army Research Laboratory (ARL) White Sands Missile Range, NM. Acceptance shall be performed at ARL White Sands Missile Range, NM. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (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 has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability 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. To determine technical acceptability, Offerors shall include invoices for the two (2) most recent sales of comparable sized orders to Government or industry. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). (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 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS 52.219-14 LIMITATIONS ON SUBCONTRACTING 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION 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 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 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT 52.222-50 COMBATING TRAFFICKING IN PERSONS 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION 52.232-36 PAYMENT BY THIRD PARTY 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS 252.204-7000 DISCLOSURE OF INFORMATION 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM 252.225-7001 BUY AMERCIAN ACT AND BALANCE OF PAYMENTS PROGRAM 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS 252.232-7010 LEVIES ON CONTRACT PAYMENTS 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.203-3 GRATUITIES 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.204-0009 CONTRACT-WIDE: BY FISCAL YEAR 252-204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT Full Text Clauses: 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.211-7003 ITEM IDENTIFICATION AND VALUATION APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT APG-ADL-B.5152.204-4411 TECHNICAL POINT OF CONTACT APG-ADL-B.5152.216-4407 TYPE OF CONTRACT APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) APG-ADL-I.5152.212-4401 DFARS COMMERCIAL ACQUISITION PROVISIONS AND CLAUSES APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE APG-ADL-H.5152.211-4401AT RECEIVING ROOM REQUIREMENTS - WSMR ALTERNATE II (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: NONE. (xvi) Offers are due on 18 September 2015, by 1159 AM EST, at allison.s.murray.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Alllison Murray (Contract Specialist), Tel No. (301) 394-0754, allison.s.murray.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/705d8429887af5a768abadef7b796188)
 
Place of Performance
Address: U.S. Army Research Laboratory Shipping and Receiving, Building 1646 WSMR NM
Zip Code: 88002-5501
 
Record
SN03868181-W 20150904/150902235941-705d8429887af5a768abadef7b796188 (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.