SOLICITATION NOTICE
99 -- High Speed Portable Inertial Profiling System - AASHTO 11, 49 and 50
- Notice Date
- 3/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, Washington, 98661-3801
- ZIP Code
- 98661-3801
- Solicitation Number
- DTFH7010Q00003
- Archive Date
- 3/31/2010
- Point of Contact
- Antoinette M. Palmer, Phone: 360-619-7726, Telina A. Thompson, Phone: 3606197738
- E-Mail Address
-
wfl.purchasing@dot.gov, Telina.Thompson@fhwa.dot.gov
(wfl.purchasing@dot.gov, Telina.Thompson@fhwa.dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- AASHTO PP-50 AASHTO PP-49 AASHTO PP-11 This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Request for Quotation is being issued by the Federal Highway Administration (FHWA) Simplified Acquisitions Department with the intent to procure a High-Speed Portable Inertial Profiling (IPS) System. This solicitation is a SMALL BUSINESS SET-ASIDE. Quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code is 334519 with a size standard of 500 employees. The Government will award a Firm-Fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming with the solicitation will be most advantageous to the Government. See Clause 52.212-2, below, for evaluation criteria. Solicitation No. DTFH70-10-Q-00003, Request for Quotation (RFQ), is prepared in accordance with FAR Part 12, the acquisition of commercial items in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. It is the responsibility of the contractor to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from http://www.arnet.gov/far/. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (website: http://www.ccr.gov/), or be registered prior to receiving award: (888) 227-2423. Once this combined synopsis/solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Quantity: 1 - High-Speed Portable Inertial Profiling system (IPS) Provide price list for equipment and options. General The IPS shall be designed specifically as a portable IPS suitable for collection of road profile data at highway speeds. The IPS will be used to collect road profile data in both wheel paths at the same time on construction projects for determination of ride quality acceptance and payment to a contractor of appropriate incentives or disincentives. The availability of a GPS system for locating start/stop, surface roughness features, event markers, etc. is desirable, but not required. If available provide a quote as an add-on option. The IPS shall meet the requirements of AASHTO PP11 and be certified to meet the requirements of AASHTO PP 49 at both a lower and upper speed limit when operated in accordance with AASHTO PP 50. Specify the lower and upper speed limits at which certification is achievable. The minimum acceptable cross correlation value is 92 when operated on a typical dense graded ¾ in nominal maximum Superpave hot mix asphalt pavement. Exceptions to the AASHTO standards and additional requirements follow. Operation/Specifications The IPS shall require only one person to operate (i.e., the vehicle driver). The IPS shall be portable and capable of being mounted by a single person on different vehicles via a standard class III (2 in. x 2 in.) receiver. If the ISP utilizes a class II receiver provide a class III adapter. No electronics shall be allowed in the vehicle except the operator notebook PC. The IPS shall be able to operate in an outdoor ambient temperature range of at least 32 degrees F to 105 degrees F. The IPS shall be operable at highway speeds between 15 and 65 mph while providing a reporting interval of 2 inches. The IPS shall be capable of running off any vehicle 12v DC power supply by connecting to a standard trailer connection plug or a cigarette power adapter. Provide adaptors to accommodate connecting the IPS to the three most popular vehicle pin configurations (6 pole round, 7 blade, and 7 round pin). The line laser sensor modules shall be adjustable for position to allow placement over the center of different width wheel paths. Data collection and data storage shall be via a notebook PC. The IPS shall provide for operation in SI units or US Customary units, and allow selection of the reporting interval. The data collection software shall allow the IPS operator to enter operational parameters and other information, including: - Beginning and ending station of the road section to be tested - Increasing or decreasing stationing during the test run - Longitudinal profile filter length - IRI reporting interval - Data file names The IPS software must allow for selection of a longitudinal profile filter length of up to at least (300 ft.). During data collection, the operator shall be able to enter Event Marks from the PC keyboard. The keystrokes shall be stored with the corresponding location. Real time data acquisition and reporting of IRI is preferred. Distance measurement must display in real time. The IPS shall be capable of producing profile files in Pavement Profile File (ppf) or.ERD file format. Both of which are compatible with ProVal 3. The PPF file format is preferred. The IPS software and data acquisition system must store the data in a raw format such that filter parameters can be changed for multiple post processing operations. Hardware The IPS shall include two line lasers (transducers) operating at a minimum of 3 kHz. Either a Roline 1130 or Roadmap 100 is acceptable. The vertical line laser displacement sensors shall have a measuring range of at least 200 mm, i.e. +/- 100 mm from the mid-range position. The vertical displacement measuring resolution of the laser sensors shall be at least 0.05 mm. The IPS shall incorporate a minimum of two accelerometers and two height sensors appropriate for the intended use of the equipment. The IPS shall provide accurate distance measurement via either a digital encoder wheel assembly linked to one of the vehicles wheels or an optical distance encoder system. Digital encoder wheel assemblies shall include all necessary hardware for mounting on multiple vehicles. Identify the number of different vehicles and number of adaptors required to accommodate mounting on those vehicles. The digital encoder wheel assembly shall be easily transferable between vehicles and shall not require the cutting or splicing of any wire(s) in the hosts vehicle's electronic system. The IPS shall be equipped with a photocell device and shall enable automatic start and stop of data collection by placing reflective tape on the pavement. It shall also enable recording of location(s) of reflective tape(s) on the pavement during data collection. The IPS shall include a transducer mounting system that is a mechanically rugged beam, tube or box, made from corrosion resistant material, such as painted or anodized aluminum, stainless steel or powder coated steel. The transducer mounting system shall contain within it the line laser sensors, accelerometers, and optical distance encoder if used. All components contained within the transducer mounting system shall be in the form of easily removable/ exchangeable modules. The transducer mounting system shall be weather resistant and provide necessary protection of all components (line laser sensor modules, accelerometers, height sensors and all cables/plug connections) against normal weather conditions, such as rain, snow and ice. The nominal, vertical clearance (distance) between the bottom of the transducer mounting system and the pavement surface shall be not less than 11 inches and preferably more. Provide a new notebook PC running the Microsoft Windows 7 Operating System, and include Microsoft Office Software (Word, Excel, and PowerPoint). A Windows based data collection program shall be supplied, that will facilitate full control of the testing operations and calibration procedures from the PC keyboard. The notebook shall have as a minimum a dual core Intel 2.0 GHz processor, 4 GB RAM, a 250 GB internal hard disk, an internal CDRW drive, two USB-2 ports and an Ethernet port, battery and charging systems for use with 120 volt AC and 12 volt DC. The notebook shall be connected to the IPS via an Ethernet cable. No wireless systems will be allowed. All electronics (except the notebook PC computer), including data processing units, primary connection modules, signal conditioning units, and transducer power modules shall be provided with the IPS and shall be contained within the transducer mounting system. The IPS shall include a full sized case suitable for storing and shipping all of the profiler equipment including the transducer mounting system (beam, tube, or box), lasers, accelerometers, electronic processing unit, digital encoder assembly, all associated wiring and connections, and tools necessary for mounting and dismounting the system. The case shall be made of hard and durable material and shall provide cushioning to protect the equipment during all modes of transport including, frequent air and ground freight shipment. The case shall have at least one latch that can be secured with a pad lock or a self contained lock. Documentation Provide two complete sets of User Manuals (if hard copies) or one electronic file. Include a set of drawings and diagrams, except for the chosen computer and any proprietary electronics, for all equipment so that the purchaser will be able to operate and maintain the IPS properly. All proprietary electronic modules shall be available on short notice from the manufacturer as replacement parts, and they shall be readily interchangeable. Warranty The portable profiler shall include a standard 1 year warranty for defects in material and workmanship, covering all components and software, except the notebook PC. The notebook PC shall be warranted through the notebook manufacturer per their standard warranty. Training Provide training for a maximum of five operators. Provide facilities and a host vehicle for the training. The training shall cover installation, maintenance, service, calibration, and operation of the portable profiler and software. Provide a written description of training to be provided including time and training materials provided. See attached.pdf files for AASHTO specifications: PP 11, PP49 and PP 50. These can also be found at http://www.wfl.fhwa.dot.gov under Contracting; Simplified Acquisitions; Synopsis/Solicitations Postings. Contractor/vendor shall submit the following: A completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items or if registered in ORCA, submit information in accordance with 52.212-3(k)(2);. Quote to include a pricelist for add-on options; Past performance contact information, see evaluation criteria below. Written offers must be received no later than 2 pm Pacific Time, March 30, 2010. Mail: Federal Highway Administration, Attn: Toni Palmer - Simplified Acquisition, 610 East Fifth Street, Vancouver, WA 98661; Fax: (360) 619-7855, reference solicitation number; or e-mail: WFL.purchasing@fhwa.dot.gov. Please put solicitation number in the subject line. NOTE: Oral offers will not be accepted and considered non-responsive. CONTACT: Toni Palmer, Contracting Officer, Phone: (360) 619-7726 or Telina Thompson, Contracting Officer, Phone (360) 619-7738. Technical Contact: Bruce Wasill, Phone: (360) 619-7703 or bruce.wasill@dot.gov. 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov/far 52.252-2 Clauses Incorp. By Reference This contract incorporates one or more clauses by reference with the same full force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far Contract Terms and Conditions that apply to this acquisition: FAR 52.212-1, Instructions to Offerors - incorporated by reference. FAR 52.212-3, Full Text Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items- (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Pub.L.108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: 52.219-6, Notice of Total Small Business Set-Aside(15 U.S.C. 644); 52.222-3 Convict Labor (E.O. 11755); 52.222-19 Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246), 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169); 52.225-13, Restrictions on Certain Foreign Purchases (E.o.s. proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332 52.212-2 -- Evaluation -Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Past performance - provide five customers (preferably State DOTs) to whom this equipment has been sold within the last 5 years. Include contact name and phone number. Prior to purchasing any equipment visits are planned for each equipment manufacturer whose product appears to be advantageous to the government. The manufacturer will be responsible for demonstrating and providing hands on operational exposure to the equipment. The manufacturer should be prepared to demonstrate the following: mounting and dismounting of the equipment, bounce testing procedures, calibration procedures, data collection procedures and software operation. The purpose of the visits is for the Government to ascertain which piece of equipment will best fulfill the needs. The following criteria will be used to make the final selection decision: Total Purchase Price; Size and Weight; Real Time Computations vs. Post Processing; Accelerometer Accuracy and Resolution; Vertical Clearance; Sampling and Reporting Interval; Cross Correlation Value; Ease of Use; Availability of GPS - A decision to purchase a GPS system that is integrated into the IPS will depend on having available funds. If not purchased at this time we will likely want to add it at a later date. The availability of a GPS option will factor into the final decision; Training - The thoroughness and extent of training to be provided; Warranty Length & Customer Service. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/WFL/DTFH7010Q00003/listing.html)
- Place of Performance
- Address: 610 East Fifth Street, Vancouver, Washington, 98661, United States
- Zip Code: 98661
- Zip Code: 98661
- Record
- SN02095882-W 20100320/100318234652-1154a36b1ed64435913bfad24ef3d900 (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 |