SOLICITATION NOTICE
66 -- Optical Vibration Isolation System
- Notice Date
- 9/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF-2194-7056
- Response Due
- 9/24/2012
- Archive Date
- 11/23/2012
- Point of Contact
- Markeda Mims, 6016342740
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(markeda.l.mims@usace.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. Requisition Number W81EWF-2194-7056 applies and is issued as a Request for Quotation. The North American Industry Classification System (NAICS) code is 333314. Size Standards is 500 Employees. FOB Destination: Vicksburg, Mississippi. The US Army Corps of Engineers (USACE), Engineer Research & Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) has a need for the following: Line Item 0001: Tuned-Damped Optical Table, Quantity 3, Unit: Each, Unit Price: _______, Total Amount_______ Line Item 0002: Vibration Isolators, Quantity 12, Unit: Each, Unit Price: _______, Total Amount_______ Line Item 0003: Air Compressor with Regulator Filters, Quantity 3, Unit: Each, Unit Price: _______, Total Amount_______ Line Item 0004: Damper Kits, Quantity 3, Unit: Each, Unit Price: _______, Total Amount_______ Line Item 0005: Shipping of all specified items to Vicksburg, MS, Quantity 1, Unit: Lump Sum, Unit Price: _______, Total Amount_______ Background The US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) has a requirement for optical vibration isolation system. This optical system must consist of the following components and meet the specifications listed below: Specifications 1.The tables shall have dimensions of 5 ft X 10 ft X 12 inch with a 3/16 inch thick stainless steel top surface and 3/16 inch steel bottom surface. The top surface shall have corrosion-proof sealed mounting holes on a 25 mm grid. The size of the holes shall be 1/4 - 20. The top surface shall be flat to within 0.004 in. over 2 ft. The table core shall be of a trussed honeycomb design, vertically bonded with closed cell construction. It will have tuned damping provided by narrowband hydraulic vibration absorbers and broadband damping provided by a constrained layer core and damped working surface. The Maximum Dynamic Deflection Coefficient shall be 0.8 x 10-3 or less with a Maximum Relative Motion Value less than or equal to 8.0 x 10-9 in. In addition, the Deflection Under Load shall be less than or equal to 5 x 10-5 in. 2.Vibration isolators shall be of the pneumatic type with automatic re-leveling. They shall be 23.5 in. tall and have a re-leveling accuracy of 0.010 in. with a settling time of 1.5 sec. The shall be self-centering and have a floating height indicator. The vertical and horizontal resonances of the isolators shall be 1 and 1.5 Hz, respectively. The vertical and horizontal isolation shall be 94% and 85% at 5 Hz and 98% and 95% at 10 Hz. The vertical and horizontal amplification at resonance shall be 10 dB and 9 dB, respectively. The load capacity per isolator shall be 2000 lb. 3.Vibration isolators will require a low noise air compressor with air regulator filter. The air compressor will be able to provide a maximum air pressure of 100 psi and have a tank capacity of 3.5 liters. The flow rate at a 20-80 psi operating level should be 0.80 CFM. The operating sound level at 1 ft should be no more than 30 dB and the release valve sound level should be no more than 62 dB. 4.In addition to the above, additional active damper kits are required for each table-isolator system to add further vibration isolation. 5.The items shall be delivered to the address below: Engineering Research and Development Center 3909 Hall Ferry Road Vicksburg, MS 39180 ATTN: CEERD-GS-S 6.Delivery shall be within 4 to 6 weeks from date of award. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Award shall be made to the responsible offeror whose proposal is determined to be Lowest Price Technically Acceptable in accordance with Clause 52.212-2 Evaluation -Commercial Items. Technical data is required to verify technically acceptable. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Condition - Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-5, 52.225-13, and 52.232-33. The clause at FAR 52.204-99, System for Award Management Registration, FAR 52.233-3, Protest After Award, FAR 52.233-4, Applicable Law for Breach of Contract Claim, and FAR 52.247-34, F.O.B. - Destination, applies to this acquisition. 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, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, and DFARS 252.232-7010, Levies on Contract Payments applies to this acquisition. If you are not registered in the System for Award Management (SAM), an award cannot be made to your company. You may register electronically at https://www.sam.gov/. Registering electronically will expedite the registration process acquisition. Vendors shall quote to provide and deliver the specified items to ERDC, Vicksburg, MS. Quotes are due 24 September 2012 by 1200 hrs (12:00 noon) Central Standard Time at ERDC Contracting Office, Attention: Markeda Mims, 3909 Halls Ferry Road, Vicksburg, MS 39180. Quotes will also be accepted by email: Markeda.L.Mims@usace.army.mil. Faxed quotes will not be accepted. For information concerning this solicitation contact Markeda Mims at 601-634-2740, or use the above email address. This requirement is 100% set-aside for Small Businesses under NAICS Code 333314. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Responses to this announcement must include pricing information and information to include contact names, addresses, phone numbers, contract numbers, e-mail address, estimated lead time of delivery, a description of the supplies/components provided, as well as statements and/or details regarding capability to meet requirements. Point of contact is Markeda Mims at: Markeda.L.Mims@usace.army.mil. Any questions shall be emailed to Markeda.L.Mims@usace.army.mil. A Question and Answer Document will be updated as questions arise. It is the interested Offerors responsibility to check the document for updated information. Questions may be submitted up until 12:00 noon 21 September 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF-2194-7056/listing.html)
- Place of Performance
- Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
- Zip Code: 39180-6199
- Zip Code: 39180-6199
- Record
- SN02890481-W 20120921/120920001901-c3f0be5925ae158d7dcba8ba7cf1aff1 (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 |