MODIFICATION
66 -- Vibration Isolation System
- Notice Date
- 6/14/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KBAD2110A001
- Archive Date
- 7/31/2012
- Point of Contact
- Marilyn L. Hockersmith, Phone: 15058464698, Carl Landreneau, Phone: 505-846-4877
- E-Mail Address
-
marilyn.hockersmith@kirtland.af.mil, john.landreneau@kirtland.af.mil
(marilyn.hockersmith@kirtland.af.mil, john.landreneau@kirtland.af.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 FAR 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. This requirement is set-aside 100% for small-business only. The NAICS Code for this synopsis/solicitation is NAICS 334519, Other Measuring and Controlling Device Manufacturing, Size Standard 500 employees. Solicitation/Purchase Request Number F2KBAD2110A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-58 effective 18 May 2012. The Government intends to award six contract line items: DESIRED DELIVERY DATE: 8 Weeks After Date Of Contract. Overview: Requirement for a vibrationally and acoustically isolated platform for testing of ultra-accurate gyroscopes, accelerometers and clocks. The platform will also be used to simulate potential dynamic situations (vibrations, accelerations, rotations, etc.) while providing isolation from local environment. Contract line items are identified below. Mechanical Specifications: Approximately 4'x8' surface area Approximately 29"-36" working height Capable of 1,500 lbs working weight Total height not to exceed 7' Noise Isolation characteristics: Acoustic Isolation >= 40 dB from 200-4,000 Hz Mechanical isolation > 70% isolation for frequencies > 1Hz; >90% isolation for frequencies > 2Hz Testing Characteristics: Capable of actuating table in x,y, and z directions while SIMULTANEOUSLY providing mechanical and acoustic isolation Minimum 50 micron piston in each direction Capable of coordinating motion on each axis (e.g. to simulate rotations) Input acceleration profile to simulate external noise environments CLIN 0001: STACIS 2100 Active Piezoelectic Vibration Isolation System Model 21-28764-02 or equivalent, Quantity: 1 Each CLIN 0002: Technical Manufacturing Corporation 72 Series Platform Top or equivalent, Quantity: 1 Each CLIN 0003: 21- Special STACIS Heavy Duty Riser for STAICS 2100 System, 14.5" H, places tabletop height at 30" from ground to be grouted down using approximately.7" of pourable grout and binding hoops or equivalent, Quantity: 4 Each CLIN 0004: Bonding Hoop, Sq 21x21.075x2 SST, bonding hoop for containing pourable grout around and under the bottom of the riser after leveling properly. Allows for proper underfill when used with highly flowable grout Model 87-19126-05 or equivalent, Quantity: 4 each CLIN 0005: 83-Special Acoustic Enclosure which attaches to the top of the platform to include 4 doors. 48"x96"x44' in size or equivalent, Quantity: 1 each CLIN 0006: Field Engineer to provide on-site STACIS system initialization, optimization, and certification, 1 day on site performed on installed and loaded system. Acoustic enclosure and customer payload must be present on tabletop for accurate initialization of system. Vendor will provide vibration measurements and demonstration of how to run in shaker mode. Vendor will NOT perform rigging, grouting, or physical installation of platform, isolators or acoustic enclosure. The Government will responsible to provide means for assembling the acoustic enclosure. FOB: DESTINATION. Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price. Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of Quotations or Offers; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov or https://orca.bpn.gov/login.aspx. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.219-6 Alt II, 52.219-13, 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]; FAR 52.219-1 Alt I, Small Business Program Representations; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract FAR 52.252-1, Solicitation provisions incorporated by reference; FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ DFAR 252.204-7004 ALT A, Central Contractor Registration; DFAR 252.203-7002, Right to Inform Employees of Whisteblower Rights; DFAR 242.204-7003, Control of Government Personnel Work Product; DFAR 252.204-7004, Central Contractor Registration; DFAR 252.211-7003, Item Identification and Valuation; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [in paragraph(s) (a) and (b) the following clause(s) apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, 252.225-7021, 252.225-7036, 252.232-7003, and 252.247-7023 Alt III]. DFAR 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7010, Levies on Contract Payments, DFAR 252.239-7000, Protection Against Compromising Emanations; DFAR 252.243-7001, Pricing of Contract Modifications; and AFFARS 5352.223-9001 Ombudsman All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Quotes may be E-mailed (preferred) to marilyn.hockersmith@kirtland.af.mil or mailed to AFNWC/PKOA, ATTN: Marilyn Hockersmith, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-18, Kirtland AFB, NM 87117, or faxed to (505) 846-8925 ATTN: Marilyn Hockersmith. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD2110A001/listing.html)
- Place of Performance
- Address: Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02775466-W 20120616/120614235105-9ead28b980736b56173ec0eb7acb9631 (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 |