Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2004 FBO #1032
SOLICITATION NOTICE

10 -- Gun Mount Test System, Accesories, and Service

Notice Date
9/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0832
 
Response Due
9/27/2004
 
Archive Date
11/26/2004
 
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. The associated North America Industry Classification System (NAICS) code is 332994 and the Business Size Standard is 1,000. The combined synopsis/solicitation number is W91ZLK-04-T-0832. The Government contemplates award of a firm-fixed price contract resulting from this combined synopsis/solicitation. The following is a list of contract line item numbers and items, quantities and units of measure. The following are the minimum salient cha racteristics for this equipment: CLIN 0001- Gun Mount System consisting of the following: Controller (PN: 8800-010  1 each), Test Computer and Software (PN: S3-395  1 each); Actuator Assembly (PN: PL100K  1 each); Hydraulic Supply System (PN: 3528-2 49A7  1 each); and System Services (PN: PM  1 each). Minimum Gun Mount Test System Specifications: Control console - Position and load control for one actuator (signal conditioner module) Provide basic 32 Bit waveform shapes (sine, square, haversine, havertriangle, haversquare, ramp and trapezoid; up to 1 kHz) Closed loop digital PID + Lag control Data rate of 5000 samples per second per channel. 2 additional data acquisition sensor condi tioning modules Computer interface Hydraulic controls Emergency stop Associated cabling for actuator, hydraulics, load cell and hydro valves. Control computer - Pentium 4, 2.6 GHz 1 GB RAM, 80 GB hard drive, 3.5 inch floppy drive, CD-RW drive, 19-inch flat panel display, MS Windows 2000, National Instrume nts GPIB board w/cable, Software package to allow control of system, with test project administration, waveform generation, data acquisition, real time oscilloscope display, signal editor, and signal reproduction ability. Actuator - 100 kN force rating, 2 80 bar operating pressure, 2 inch peak to peak displacement at a cyclic rate of at least 500 times/minute, Servoblock and servovalves capable of 250 l/min flow rate, 100 kN Load Cell, Associated fittings and mounting plates. Hydraulic Power Unit - 250 l/min (65 gpm) flow rate at 280 bar (4000 psi), Control module, Associated hoses and fittings to couple with actuator, Local/remote start/stop functionality, Single fill of oil, Acoustic attenuation system to reduce operating noise below 68 dB(A). Services  Project management and customer coordination, Installation assistance and operator instructions (5 days maximum). The above referenced part numbers are those of Instron Structural Testing Systems (IST) and are being solicited on a Brand Name or Equal basis. The above characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an equal the off ered item shall be considered as the brand name product referenced in this announcement. If the vendor proposes to furnish an equal product, the brand name of the product to be furnished shall be inserted on the proposal. Acceptance shall be at Destinati on. Shipping shall be FOB DEST. Delivery shall be made to US Army Test Center, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at US Test Center, APG, MD 21005. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to t his acquisition. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins in Paragraph (a) are Price and Past Performance and less important than price. Technical, past performance and price. Technical and past perf ormance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The government is not r espon sible 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 salient characteristics of the requirement. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.209-6 Protecting the Governments Interest, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Or ders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), (3) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (4) 52.2 22-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Opportunity, (6) 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, (7) 52.222-36 Affirmative Action For Workers with Disabilities, (8) 52.222-37, E mployment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registratio n (May 1999), and (11) 252.204-7004 Required Central Contractor Registration. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received via elec tronic mail by 27 Sep 2004 no later than 11:00 AM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Jeanine Worthington), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registra tion (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at http://www.bpn.gov/CCRINQ. For questions concerning this solicitation contact Jeanine Worthington, Contract Speci alist via email to: jeanine.worthington@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00678553-W 20040923/040921212409 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.