SOLICITATION NOTICE
66 -- SNAPSHOCK PLUS AND ON BOARD STORAGE ELECTRONIC DIGITAL RECORDER, BRAND NAME OR EQUAL
- Notice Date
- 10/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
- ZIP Code
- 76544-0770
- Solicitation Number
- W9115U-12-R-0001
- Response Due
- 11/4/2011
- Archive Date
- 1/3/2012
- Point of Contact
- Tina Guillot, 254-288-9578
- E-Mail Address
-
US Army ATEC Contracting Activity
(tina.a.guillot@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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 Army Test and Evaluation Command (ATEC) Mission Support Contracting Activity (AMSCA), Fort Hood, Texas has a requirement for a quantity of ten (10) digital recorders, Part Number EDR-3DM1-1120-9A, 2MB memory, six external accelerometer channels, no internal accelerometer, one channel internal temp, 3.2 KHz/channel sampling rate, high speed RS-232 communication and USB Cable, including EXC-3 option; and a quantity of twenty (20) SSP-4000-P1R1, SnapShock Plus atmospheric pressure recorders, 0 to1 atm 40 min recording at 10 sps W7 compatible. Products are developed by Instrumented Sensor Technology, Inc., and this solicitation is issued as a brand name or equal requirement. The solicitation is issued in accordance with FAR Part 12 and evaluated in accordance with FAR Part 13. This acquisition is being conducted in accordance with FAR 13.5, Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; proposals and technical literature are being requested. The solicitation number for these requirements is W9115U-12-R-0001. The solicitation is issued as a request for proposals (RFP). Interested parties responding to this solicitation are required to submit a proposal. Offerors submitting proposals for equivalent items must, along with their proposal, include technical literature not exceeding 3 pages that includes the salient characteristics of any item offered as an equivalent to the brand name items requested. This acquisition is set-aside 100% for small business concerns. The NAICS Code for this requirement is 334519 with a small business size standard of 500 employees. The SIC code for this acquisition is 3829. The requirements consist of the following quantities and salient characteristics: QTY TEN (10) digital recorders, Part Number EDR-3DM1-1120-9A, 2MB memory, six external accelerometer channels, no internal accelerometer, one channel internal temp, 3.2 KHz/channel sampling rate, high speed RS-232 communication and USB Cable, including EXC-3 option. Salient Characteristics of On Board Storage Data Recorders (EDR3) : Power Requirements - Self contained batteries, C cell alkaline or 9 volt lithium, capable of powering recorder for a minimum of 3 days. Size Requirements - Not to exceed 5 inches x 5 inches by 3 inches. Weight Requirements - Not to exceed 4 pounds. Connector requirements - Minimum of 3 external coaxial 10-32 connectors per recording engine. Recorder will have a minimum of 2 recording engines. Recorders will have programmable data sampling rates. Recorders will have programmable trigger inputs. Recorders will operate efficiently in temperatures between -30 C and 50 C. Recorders will be capable of measuring impact forces up to 100 g's. Recorders will be capable of withstanding impacts up to 200 g's. Recorders will comply with EMI emission standards for all USAF cargo aircraft. Recorders will have a minimum of 1 Mb of data storage capacity. Recorders will have 10 bit A/D (Analog to Digital) converter. QTY TWENTY (20) SSP-4000-P1R1, Snapshock Plus atmospheric pressure recorders, 0 to1 atm 40 min recording at 10 sps W7 compatible. Salient Characteristics for Barometric OBS Data Recorders (Snap Shock Plus): Power Requirements - One 9 volt lithium or alkaline battery. Size Requirements - Not to exceed 1.5 inches by 1.5 inches by 3.5 inches. Weight Requirements - NTE 1 pound. Recorders must be capable of sampling at a rate of 10 Hz or greater. Recorders must have sufficient memory to record for 45 minutes at maximum data sample rate. Recorder must be capable of recovering recorded data if battery life expires during test event recording. Recorders must be capable of accurately measuring altitudes between Mean Sea Level (0 ft MSL) and 30,000 feet. Recorders must function effectively between temperatures of -15 C and 55 C. Recorders must be capable of withstanding impacts up to 200 g's. Recorders will comply with EMI emission standards for all USAF cargo aircraft. AMSCA anticipates a FFP contract for the aggregate of the requirements. The government intends to issue a Contract to the responsible firm who submits offers in accordance with this solicitation. Far Clause 52.212-2 applies to this acquisition. 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. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the government's requirement (item must be brand name or technically equivalent to the brand name item). (ii) Price (iii) Past Performance Technical and Past Performance, when combined, are significantly more important than price alone. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and offerors shall include a completed copy of the provision with its offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, and additional clauses identified in 52.212-5 that apply to this acquisition are the following: 52.222-50; 52.233-3; 52.233-4; 52.203-6 Alt I; 52.204-10; 52.209-6; 52.219-6; 52.219-8; 52.219-14; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.223-18; 52.225-13; 52.232-33. Additional FAR provisions and clauses apply to this acquisition: 52.202-1; 52.203-12; 52.204-4; 52.204-7; 52.211-6; 52.233-2; 52.243-1; 52.246-16; 52.247-34. Department of Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses that apply to this acquisition are the following: 252.203-7002; 252.204-7003; 252.204-7004 Alt A; 252.204-7006; 252.204-7008; 252.209-7001; 252.209-7004; 252.211-7003; 252.225-7000; 252.212-7000; 252.212-7001; 252.232-7010; 252.243-7001; 252.246-7000. Additional check-off clauses identified in 252.212-7001 that are applicable to this acquisition are the following: 52.203-3; 252.203-7000; 252.225-7001; 252.225-7008; 252.225-7009; 252.232-7003; and 252.247-7024. Local AMSCA clauses that apply can be viewed on the attached solicitation document. This combined synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil. In conformance with this solicitation, all offerors shall submit the following to be considered for an award: completed SF1449(attached) with pricing, completed copies of the provisions at FAR 52.212-1, 52.212-3 and DFARS clause 252.212-7000 or contractor shall provide a copy of ORCA certifications if representations and certifications have been completed electronically via the ORCA website at https://orca.bpn.gov, AND, if providing an offer for an equivalent item, include technical literature not exceeding 3 pages that includes the salient characteristics of any item offered as an equivalent to the brand name items requested. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. It is a Department of Defense requirement that Offerors must be registered in the Central Contractor Registry (CCR) located at www.ccr.gov to be considered for award. Any Offeror not registered must be registered in the CCR prior to contract award. Offers may be submitted electronically to AMSCA.ATEC@us.army.mil, or to Tina.A.Guillot@us.army.mil, referencing this solicitation number or by mail to ATEC Mission Support Contracting Activity, ATTN: Patricia Cuff or Tina Guillot, P.O. Box Y, Fort Hood, Texas 76544-0770. Electronic submissions are the preferred method. Telephonic inquiries will not be honored. Please direct any questions regarding this solicitation to AMSCA.ATEC@us.army.mil or Tina.A.Guillot@us.army.mil. Offerors are due no later than 10:00 a.m., Central Standard Time, 04 November 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/TECOM/DATM01/W9115U-12-R-0001/listing.html)
- Place of Performance
- Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
- Zip Code: 76544-0770
- Zip Code: 76544-0770
- Record
- SN02609594-W 20111021/111019234253-dbf5e877b34b6663bc44f4fdab0ec7c6 (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 |