SOLICITATION NOTICE
99 -- Sole-source requirement for Acutronic USA Inc., for the refurbishment of a Contraves Model 824HS Centrifuge.
- Notice Date
- 8/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- AMCOM Contracting Center - Missile (AMCOM-CC), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W9124P-10-T-0022
- Response Due
- 8/10/2010
- Archive Date
- 10/9/2010
- Point of Contact
- Jeremy Waters, 256-876-3139
- E-Mail Address
-
AMCOM Contracting Center - Missile (AMCOM-CC)
(jeremy.m.waters@us.army.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. Combined Synopsis/Solicitation Number W9124P-10-T-0022 is to be a Sole-Source procurement to Acutronic USA Inc., in accordance with FAR 6.302-1(b), Only One Responsible Source and no other Supplies or Services will satisfy agency requirements. The corresponding NAICS code for this procurement is 334511. The US Army Contracting Command, AMCOM Contracting Center is soliciting a quote from Acutronic USA Inc., for the refurbishment of a Contraves Model 824HS Centrifuge meeting the following requirements: Refurbishment of a Contraves Model 824HS Centrifuge at the AMRDEC facility in 5400 building on Redstone Arsenal in Huntsville AL. Work to consist of the following: " Replace the existing control console with the following: - ACUTROL 3000 Motion Controller - Single Axis Configuration - Touch Screen Operator Interface - Integrated Single Axis Analog Interface Panel - 19 inch rack mount chassis - IEEE-488 Interface (Standard ACUTROL Interface) - Power amplifier - Replace existing encoder with an ACUTROL3000 compatible encoder with required hardware - Single Bay Control Console; houses the ACUTROL 3000 and the power amplifier " Engineering and Design to modify the system drawings to incorporate the ACUTROL 3000 " Interconnect Cables " Modify table wiring on the 824 Centrifuge " Replace the optical encoder on the 824HS with a newer, higher resolution, absolute position optical encoder. " Integration of the ACUTROL 3000 onto the Model 824 Centrifuge " Verify system performance by performing the following tests: - Rate Stability - Rate Accuracy - Rate Range - Acceleration Range - Slipring Noise - Bandwidth - Safety Interlocks " Documentation - One (1) set of standard documentation including system manual with drawings, controller, completed ATP, computer interface and power amp chassis operation and maintenance manuals on CD ROM The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. Provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations Representation; Provision 52.212-1, Instructions to Offerors - Commercial; Provision 52.212-2, Evaluation Commercial items; Provision 52.212-3, Offeror Representations and Certifications - Commercial Items; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; and Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items are applicable to this acquisition. Other clauses may be included in the award if applicable. All responsible sources may submit a capability statement and quotation which shall be considered by the agency. In the event more than one quote is received, the following factors shall be used to evaluate offers: technical capability of the items offered to meet the Government requirement, price, and delivery. All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. Payment will be made via Government Purchase Card. Responses are due no later than 2:30 PM (local time), 10 August, 2010 in the contracting office, Building 5400, Room B-142, Redstone Arsenal, Alabama, 35898. Oral communications are not acceptable in response to this notice. Electronic quotes are preferred, but fax quotes will be accepted. Responses may be submitted to: jeremy.m.waters@us.army.mil or via facsimile at 256-876-1631, marked to the attention of Jeremy Waters. Responses should include a copy of your commercial pricelist or price support along with your companys Cage Code, Taxpayer Identification number, and DUNS number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e718c964e908f253e2ec2b03d877c73a)
- Place of Performance
- Address: AMCOM Contracting Center - Missile (AMCOM-CC) ATTN: CCAM-RD-L, Building 5400, Fowler Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02226913-W 20100805/100803235414-e718c964e908f253e2ec2b03d877c73a (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 |