SOLICITATION NOTICE
52 -- National Instruments Temperature Acquisition System
- Notice Date
- 8/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-11-P-0052
- Response Due
- 8/24/2011
- Archive Date
- 10/23/2011
- Point of Contact
- Genie S. Williams, 7578784078
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(genie.s.williams@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. Additionally, the acquisition is being procured in accordance with 10 U.S.C. 2304 (c) (1) and FAR 6.302-1; only one responsible source and no other supplies or services will satisfy agency requirements. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53. The applicable NAICS code is 334119. The small business size standard number of employees is 500. The U.S. Army Contracting Command (CCAM-RDT) has a requirement for a temperature acquisition system to include the following: Express Chassis p/n 780291-01, power cord p/n 763830-01, system assurance program p/n 960903-02, controller p/n 781403-2048, DAQ p/n 779596-01, thermocouple input module p/n 781348-01, 14/18-slot chassis front rack mount kit p/n 778644-01, 14/18-slot chassis rear rack mount kit p/n 778644-02, connector block p/n 776844-01, isothermal terminal block p/n 781349-01, shielded cable p/n 192061-02, twisted pair cable p/n 191945-02. The intended source for this effort is National Instruments Corp., 11500 N Mopac Expy, Austin, TX 78759-3504. The existing temperature data acquisition system consists entirely of National Instruments components and the software used to program the components is Labview which is written by National Instruments. National Instruments is the only known source with the unique capability to provide the Government's requirements due to the interoperability between the existing hardware and software. National Instruments expertise and working knowledge of Labview software is essential to replacing the existing system. This procurement will be solicited, evaluated, and awarded using FAR Part 12 - Acquisition of Commercial Services procedures. ACC intends to award a firm fixed price contract with a delivery date of 28 Sep 2011. The estimated value of the award is $30,153.99. Delivery of this service is intended for U.S. Army Aviation Applied Technology Directorate (AATD), 401 Lee Boulevard, Fort Eustis, Va. 23604. Inspection/Acceptance and FOB Point are destination, AATD, Fort Eustis, VA.. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications Commercial items, Alternate I with its offer. The following FAR Clauses are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition without addenda; 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items; 52.216-18 Ordering; 52.216-19 Order Limitations; and 52.216-22 Indefinite Quantity. The following clauses cited within FAR 52.212-5 apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan, Alternate II; 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; Equal Opportunity; 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; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following clauses cited within 252.212-7001 apply: 52.203-3 Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003 Small, Disadvantaged and Woman-Owned Small Business Subcontracting Plan; 252.225-7001, Buy American Act and Balance of Payments Program; 252.243-7002, Requests for Equitable Adjustments; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Transportation of Supplies by Sea; and 252.247-7024, Notification of Transportation of Supplies by Sea. The clause at 252.211-7003, Item Identification and Valuation also applies. As previously noted, the intended source of supply for this acquisition is National Instruments Corp.. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. Proposals are due Aug 24, 2011, by 2:00 P.M., E.S.T.. National Instruments Corp. is the only known source, however, interested parties may identify their interest and capability to respond to the requirement, and submit a proposal. All responsible sources that submit an offer will be considered. A solicitation document is not available. Submit inquiries regarding this procurement to the Aviation Applied Technology Directorate 401 Lee Boulevard, Fort Eustis, VA 23604-5577. Points of contact are Genie Williams, (757)878-4078 or via e-mail genie.s.williams@us.army.mil or Rhonda Buckanin, (757)878-2071 or via e-mail rhonda.buckanin@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8cea321e0551a192c679aa26626d1ac1)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02540843-W 20110820/110819000502-8cea321e0551a192c679aa26626d1ac1 (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 |