Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2018 FBO #5964
SOLICITATION NOTICE

65 -- Inertial Measurement Unit (IMU) body motion-capture suit and - Provisions and Clauses Full-Text Attachment (for Combo Synopsis-Solicitation)

Notice Date
3/21/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-18-T-0138
 
Archive Date
4/12/2018
 
Point of Contact
Swati Jain, Phone: 3013940045
 
E-Mail Address
swati.jain2.civ@mail.mil
(swati.jain2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Class Code: 6515 2. NAICS Code: 334510 3. Subject: Inertial Measurement Unit (IMU) body motion-capture suit and accessories 4. Solicitation Number: W911QX-18-T-0138 5. Set-Aside Code: NA 6. Response Date: 3/28/18 7. Place of Delivery/Performance: U.S. Army Research Laboratory Army Research Laboratory, 321 Colleran Road, MD 21005 8. (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. The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i),. The name of the company the Government intends to award is Noraxon U.S.A. Inc., Scottsdale, AZ 85260. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-18-T-0138. This acquisition is issued as Request For Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective 6 November 2017 (iv) The associated NAICS code is 334510. The small business size standard is 1,250 Employees. (v) 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: Three (3) each Inertial Measurement Unit (IMU) body motion-capture suit and accessories. (vi) Description of requirements: CLIN 0001: Three (3) each Inertial Measurement Unit (IMU) body motion-capture suit and accessories to include; (1) Three (3) each; 680-16 myoMOTION Research System (16 Sensors) 16 myoMOTION RESEARCH PRO inertial sensors, (2) Receiver, 2 x 9 bay Charger. Can also be used as virtual footswitches for walking and running gait analysis. Can be configured for 200Hz sampling and 3D linear acceleration. (2) One (1) each; 405 myoMOTION Software Platform myoMOTION Software Suite for Noraxon MR3. It is a part of the myoMOTION Research system, and is required to collect the data to export to other softwares. (3) Three (3) each; 682 myoMOTION Datalogger myoMOTION datalogger; records up to 16 sensors for 8+ hours (4) Five (5) each; 233A Wireless Sync Receiver (916 MHz) Self powered wireless sync receiver_916 MHz for part 262A (5) One (1) each; 262A Master Sync Transmitter Module (916MHz) Wireless sync transmitter plug in module_916 MHz (American) (6) One (1) each; 2912D W/S PushButton Switch Cord (8') Push button cable for manual triggering (use with Master Sync Transmitter - 262A) (7) One (1) each; 610C myoMOTION Sensor Double Sided Tape (pkg 500) (vii) Delivery is required by Delivery is required within 45 days of contract award. Delivery shall be made to Aberdeen Proving Grounds, MD. Acceptance shall be performed at Aberdeen Proving Grounds, MD. The FOB point is Aberdeen Proving Grounds, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) 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: NA (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. NA (xi) 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 (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28, Post-Award Small Business Program Representation (July 2013) 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Apr 2015), 52.222-36, Affirmative Action for Workers with Disabilities (July 2014), 52.222-50, Combating Trafficking in Persons (March 2, 2015), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.232-36, Payment by Third Party DFARS: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials, 252.204-7000, DISCLOSURE OF INFORMATION 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure, 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure of Information to Litigation Support Contractors, 252.223-7008, Prohibition of Hexavalent Chromium, 252.225-7000 BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE 252.225-7001 BUY AMERICAN -BALANCE OF PAYMENTS PROGRAM 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010, Levies on Contract Payments, 252.244-7000, Subcontracts for Commercial Items, 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations, 252.247-7023, Transportation of Supplies by Sea, (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16 --Commercial and Government Entity Code Reporting. 52.204-18 Commercial and Government Entity Code Maintenance. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 252.204-0009 Contract-wide: by Fiscal Year. (SEP 2009) Full Text clauses: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); LOCAL CLAUSES/INFORMATION BY FULL TEXT: ACC - APG Point of Contact Technical Point of Contact SOLICIT ONLY ONE SOURCE Type of Contract Government Inspection and Acceptance PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (JUNE 2016) TAX EXEMPTION CERTIFICATE (ARL) Receiving Room Requirements- APG Alternate I (JAN 2003) DFARS Commercial Acquisition Provisions And Clauses (Mar 2015) US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website APG-ADL-L.5152.203-4440- AMC-LEVEL PROTEST PROGRAM (OCT 2016) BRAND NAME OR EQUAL (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as None (xv) The following notes apply to this announcement: None (xvi) Offers are due on 03/28/2018 by 11:59 A.M. Eastern Standard Time (EST). via email to the Contract Specialist, Swati Jain, swati.jain2.civ@mail.mil (xvii) For information regarding this solicitation, please contact Contract Specialist, Swati Jain, swati.jain2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1c5e12a52bc5502d12f9b52483b7681a)
 
Record
SN04862847-W 20180323/180321231632-1c5e12a52bc5502d12f9b52483b7681a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.