SOLICITATION NOTICE
66 -- BIAXIAL POLYMER STRETCHER
- Notice Date
- 8/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-12-R-0036
- Response Due
- 9/21/2012
- Archive Date
- 11/20/2012
- Point of Contact
- Jessica Camunez, 5756788283
- E-Mail Address
-
ACC-APG - Adelphi
(jessica.r.camunez@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. (i) 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. (ii) The solicitation number is W911QX-12-R-0036. This acquisition is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (iv) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable CLIN 0001, Biaxial Stretching Machine for Polymers, One (1), Ea. CLIN 0002, Shipping, One (1), Lot. (v) Description of requirements: Biaxial Stretching Machine for Polymers meeting the following minimum specifications: Quantity of one (1) laboratory scale biaxial stretching instrument for polymeric films and plaques that has the following components: a stretching frame; heating system, clip system, cooling system, and controls and software. The polymeric stretching machine capable of monoaxial stretching, sequential biaxial stretching where the polymer is first stretched in one direction followed by stretching at ninety (90) degrees from the initial direction, and simultaneous biaxial stretching in two (2) orthogonal directions. Machine specifications: 1.Grips the perimeter of a rectangular sample with a series of clips spaced evenly around the perimeter; shall stretch in two (2) directions: a machine direction called "x" and a direction ninety (90) degrees relative to x called "y"; Capable of stretching forces greater than 4000 N in each axis "x" and "y"; Capable of stretching speeds up to 1 meter/second (m/s); Capable of stretching temperatures up to 280 Celsius (C); Capable of various programmable processing stages including: preheating, dwell time at constant temperature, stretching in x and / or y directions, cooling, reheating, stretching in x and / or y direction, annealing, cooling; Contain two (2) separate AC servo drives, one (1) for the x and one (1) for the y direction. Each stretching direction capable of controlling acceleration, speed, and stretch ratio. 2.The polymeric sample heated by an infrared heating system with two (2) separate heaters located on the top and bottom side of the sample. 3.Each clip capable of forces greater than 500 newtons (N); allow samples to be stretched with a thickness that ranges from 200 microns to at least 3 mm; have a heating system that can be computer controlled. 4.Stretching frame containing at least nine (9) clips on each side of a rectangular sample for a total of at least 36 clips spaced evenly around the perimeter; allowing samples as small as 135 millimeter (mm) by 135 mm to be effectively gripped; capable of stretching ratio ranging between zero (0) and six(6) 5.Having an air compressor supplying a range of at least 10 to 40 bar pressure to control the clamping force. 6.Infrared camera monitoring the temperature and temperature uniformity of the polymeric sample before and during stretching; be at least 100 by 100 pixel and operate at greater than 60 hertz (Hz); capable of measuring temperatures ranging from at least -10 to 450 C with a temperature accuracy of 0.2 C or greater. 7.The polymer temperature monitored on each side of the film with an infrared pyrometer. 8.All electronics and software license packages included. 9.Shipping, installation and commissioning of the equipment onsite at ARL included. 10.Training of ARL staff on-site included. 11.One (1) year warranty starting the date of commissioning at the Army Research Laboratory (ARL). 12.All equipment capable of operating with a voltage supply of either 460 to 480 volts (V), three (3) phase, 60 Hz or 208 V, three (3) phase 60 Hz. 13.The biaxial stretching machine having a size less than 8 feet long, 13 feet wide, and 8 feet tall. (vi) Delivery is required by 180 days or less after date of award. Delivery shall be made to U.S. ARL, Shipping & Receiving Bldg 434, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed at the same location. The FOB point is destination. (vii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (viii) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include ___three (3)____ records of sales from the previous __24___ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and 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 additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, Gratuites (APR 1984), 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), 52.203-6 Alt I- Restrictions on Subcontractor Sales to the Government (Oct 1995), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011), 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 2012), 52.219-4 Prohibition on Contracting With Inverted Domestic Corporations (May 2012), 52.219-8 Utilization of Small Business Concerns (Jan 2011), 52.219-28, Post Award Small Business Program Representation (Apr 2012), 52.222-3 Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Veterans (Sep 2010), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-37 Employment Reports on Veterans (Sep 2010), 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Sep 2010), 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011), 252.211-7003 Item Identification and valuation (Jun 2011), 252.225-7001, Buy American and Balance of Payments Program (JUN 2012), 252.225-7012, Preference for Certain Domestic Commodities (JUN 2012), 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sept 2004), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023, Transportation of Supplies by Sea (MAY 2002), (xii) The following additional contract requirement(s) or terms and conditions apply: 52.016-4407 Type of Contract (Sep 1999), 52.032-4418 Tax Exemption Certification (Sep 1999), 5152.232-4901 Wide Area Workflow (WAWF) Information and Instructions- For Firm Fixed Price Contracts and/or CLINs (Jun 2012), 52.005-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts (Aug 2006), 5252.011-4401 Receiving Room Requirements-APG Alternate 1 (Jan 2003). (xiii) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None (xv) Offers are due on 21 September 2012 by 11:59PM MST, at Army Contracting Command - Aberdeen Proving Ground, Adelphi Contracting Division, electronically to jessica.r.camunez.civ@mail.mil (xvi) For information regarding this solicitation, please contact Jessica Camunez, 575-678-8283, jessica.r.camunez.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7301014a1ac89f8b310075b3e3b23d60)
- Place of Performance
- Address: US Army Contracting Command - APG Adelphi Contracting Division-ARL-White Sands Missile Range WSMR NM
- Zip Code: 88002
- Zip Code: 88002
- Record
- SN02848994-W 20120823/120822000824-7301014a1ac89f8b310075b3e3b23d60 (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 |