Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2007 FBO #2039
SOLICITATION NOTICE

66 -- Commercial Instruments and Laboratory Equipment

Notice Date
6/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 400 7th Street, SW Room 5301, Washington, DC, 20590, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTN22-07-R-03382
 
Response Due
7/3/2007
 
Archive Date
7/18/2007
 
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; a written solicitation will not be issued. The contract will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. Solicitation Number DTNH22-07-R-03382 applies and is being issued as a Request for Quote (RFQ). This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-17. The associated North America Industry Classification System (NAICS) Code is 334515, and the small business size standard is 500 employees. Competition for this requirement is full and open. The National Highway Traffic Safety Administration (NHTSA), Vehicle Research and Test Center (VRTC) has a requirement to purchase fifteen (15) small, quick-booting vehicle data acquisition systems for vehicle field testing. The system shall meet the following minimum requirements: 1) Record data within 15 seconds of system power-up (power up is defined as door unlock, door ajar or key on) 2) Trigger data recording from any channel including the CAN bus 3) Low power consumption; Power should be 12V (@ <= 50ma) for the recorder(not including any external sensors being powered) 4) Excluding cables, system should be not larger than 1.5 in. by 4 in. by 4.5 in. so that it may be installed under a vehicle seat or within an interior body panel 5) Be reliable and robust 6) Weigh less than 10 oz 7) Able to record data simultaneously from 2 CAN buses and 3 serial ports 8) Able to connect to both high speed CAN networks (Honda F-CAN; 500Kbps) and low speed CAN networks (Honda B-CAN, 33.333kbps) 9) Able to communicate wirelessly 10) With integrated X-axis and Y-axis (lateral and longitudinal) accelerometers with capability to measure >= +/- 1 G and <= +/- 2 G 11) Able to record GPS data (NMEA type message) at 5Hz rate 12) Windows-based software for setup and control of data acquisition systems Delivery of all 15 systems is required by the government within 2 weeks after award, or a timeframe considered acceptable by the government. Accelerated delivery is preferred and will be evaluated as such. Delivery shall be FOB: Destination to the Vehicle Research and Test Center, 10820 State Route 347 ? Building 60, East Liberty, OH 43319 with final inspection and acceptance at destination. VRTC intends to award a firm-fixed price contract for a quantity of fifteen (15) systems. Quotations must contain: 1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization, along with telephone and fax number; 2) Prices ? price per unit shall be submitted. As applicable, any proposed discounts, on a most-favored customer basis, shall be identified. Additional optional equipment may be offered by the vendor but should be priced separately in the quotation submitted; 3) Detailed technical description of the system and any optional equipment proposed. Any discrepancy from the stated specification shall be clearly annotated. 4) Proposed Delivery Schedule and confirmation that delivery can be made within the stated required delivery time. 5) Brief history of vendor?s vehicle data acquisition manufacturing experience and company history. 6) Names of at least two references for orders of similar products within the last three (3) years who can attest to the quality of services and equipment received from the offeror. Each reference must include customer?s name and address, contact person, date of performance, telephone number and contract value. 7) A completed copy of FAR 52.212-3 Offeror Representations and Certifications ? Commercial items must be submitted along with the Offeror?s quote or prior to receiving award. If any exceptions or assumptions are taken by an offeror with regard to any aspect of this RFQ, they should be so stated in the quote. The following FAR provisions and clauses apply to this acquisition: FAR 52.204-6 Data Universal Numbering System (DUNS); FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors ? Commercial Items; 52.212-2 Evaluation ? Commercial Items. The government may award a purchase order resulting from this RFQ to the responsible contractor whose quote, conforming to the RFQ will be most advantageous to the Government, price and other factors considered. The following non-price factors are of equal importance and will be used to evaluate quotations: (1) delivery schedule and (2) Experience and Past Performance. These two factors, when combined are as important as price. Optional equipment will not be evaluated for the purpose of awarding this contract, only the base unit price will be considered. FAR 52.212-4, Contract Terms and Conditions - Commercial Items apply. Under 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items, the following clauses are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I; 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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; 52.225-3 Buy American Act?North American Free Trade Agreement?Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-3 Protest after Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination. Full text of the clauses may be accessed electronically at the internet site http://www.arnet.gov/far. All vendors must be registered in the Central Contractor Registry (CCR) at the time offers are received to be considered for award. Vendors may register at www.ccr.gov. Quotations are to be forwarded to the following address, to be received no later than 3:00 p.m., July 3, 2007: Vehicle Research & Test Center, P.O. Box B-37, 10820 State Route 347, Building 60, East Liberty, OH 43319, Attn: Robin R. Esser, Contracting Officer. Quotes may also be e-mailed to robin.esser@dot.gov or faxed to (937) 666-3590. The anticipated award date is July 6, 2007.
 
Place of Performance
Address: Vehicle Research & Test Center, 10820 St. Rt. 347, Building 60, East Liberty, OH
Zip Code: 43319
Country: UNITED STATES
 
Record
SN01326948-W 20070627/070625220504 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.