Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2002 FBO #0082
SOLICITATION NOTICE

66 -- Weight and gravity projectile instrument to be used for weight and measurement and locate center of gravity of live projectiles.

Notice Date
2/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Yuma Contracting Division, ATTN: AMSSB-ACY, Building 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
DATM07-02-R-0004
 
Response Due
3/11/2002
 
Archive Date
4/10/2002
 
Point of Contact
Jacque Phillips, 928-328-6903
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Yuma Contracting Division
(jacque.phillips@yuma.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Sole Source. The United States Army Yuma Proving Ground, Yuma, Arizona, intends to negotiate on sole source basis with Space Electronics, Inc., 81 Fuller Way, Berlin, CT 06037, to procure weight and gravity instrument in Class I and Class II explosion pro tecting design. The equipment and software possesses design and technical data proprietary to Space Electronics, Inc. This acquisition shall be conducted under FAR Part 12 for commercial equipment & services. The SIC Code is 3829 - 500 employees and th e NAICS Code is 334515. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-04 and Defense Federal Acquisition Regulation Supplement DFARS, 1998 Edition, current to DCN 200112 06. This requirement of one each Weight & Center of Gravity Projectile Instrument is in accordance with the following specifications: C.3.1 SCOPE: C.3.1.1 PURPOSE: This specification covers the requirements for the Weight & Center of Gravity Projectile I nstrument. The WCGPI will be used to measure weight and locate center of gravity of 60mm to 155mm- live projectile. C.3.2 GENERAL DOCUMENTATION: The following documents shall be supplied with the WCGPI: Two complete sets of operator?s manuals; one complete set of back-up software, certificate of calibration and commercial warranties. C.3.4 ENVIRONMENT: The WCGPI shall be operated in hazardous environment within 50 to 100 degrees Fahrenheit, between 10 to 95 % relative humidity, power of 120 VAC + -10%, 60 Hertz. C.3.5 GENERAL REQUIREMENT: The WCGPI shall require an explosive proof designed in Class I and II explosive proofing for all components. The WCGPI shall be operated as completed turnkey system and include following major components: 1. Measuring ta ble, 2. Computer and system software. 3. System accessories. The components of WCGPI are to be new. No demonstration or used components will be acceptable. C.3.5.1 Measuring table shall consist of a top plate to support the test part which is in turn is supported by three force transducers. The measuring table frame and base plate shall be floor mounted on vibration isolation pads. The dimensions of measuring table shall be as follows: Height: 9.5 inches minimum. Width: 39 inches minimum. Length: 47 i nches minimum. Top plate shall be a flat rectangular plate with numerous holes in a grid pattern with known relationship to a bushing at the X-Y axis intersection, Origin. The holes shall be 3 8ths -16NC tapped and spaced at 4-inch intervals. C.3.5.1.1 Pa yload Weight capacity shall be 200 lbs. maximum. C.3.5.1.2 Payload moment capacity shall be 2300 lb-in minimum. C.3.5.1.3 Weight measurement accuracy shall be + - 0.05 pounds or better. C.3.5.1.4 Moment measurement sensitivity shall be 5 lb inches or be tter. C.3.5.2.1 The computer system shall be an IBM compatible computer system and have following minimum or better current standard: CPU: 1.500 GHz; 128 MB RAM, 10 GB hard drive, 24x CD ROM drive, 17-inch SVSA display, Window 2000 Printer. The computer s ystem shall be set up in an explosive and dust proof enclosure. C.3.5.2.2 Explosive and dust proof enclosure shall meet the requirement of explosion in class I and II. C.3.5.2.3 System software shall perform diagnostics, self-check instrument, weight and 2- dimensional center gravity measurement following sequence of operations: Weight and center gravity calibrations, place the test part on the instrument, test part measurement, tare measurement, calculations, configuring the graphic display, save data in database, print the test report. C.3.5.2.4 System software shall allow operator to establish test part information and save in database. The test data shall be capable of being linked into Microsoft office database for storage and final report. C.3.5.3 The WCGPI accessories shall include all required explosive proof cables, certified calibration weights and distances, fence and pin set to define test object d atum, and a recommended spare parts kit. C.3.6 QUALITY ASSURANCE PROVISIONS: Before acceptance, the WCGPI shall be set-up and operational. The contractor shall warrant of all components for at least one year from the time of receipt. C.3.7 SET UP: On-sit e service installation of WCGPI by manufacture's engineer or technician shall be provided. C.3.8 OPERATOR TRAINING: On site training for at least 4 operators shall included theory and operation of WCGPI hardware and software. C.3.9 DELIVERY: Preservation, packaging, and packing shall be in accordance with the manufacture's commercial practice. Final acceptance will be based on the delivery of all requirements in accordance with the contract. FAR clauses-provisions applicable to award are: 52.212-1 Instruc tions to Offerors-Commercial Items: 52.212-3 Offeror Representations and Certifications - Commercial Items: 52.212-4 Contract Terms and Conditions ? Commercial Items: 52.212-5 Contract Terms and Conditions Required to Impalement Statuses or Executive Order s ? Commercial Items: 52.212-5 Facsimile Proposals: 52.247-34 928 328 6849, FOB Destination, DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items. The Gov ernment intends to solicit and negotiate with only once source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement by submitting a complete package stating your company?s capabilitie s to fulfill this requirement. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely with the discretion of the Governm ent. Government POC for this action is becci.winkler@yuma.army.mil. As this action is being conducted as an acquisition for a commercial item FAR 5.203 award may be made after 20 days of publication of this notice.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Yuma Contracting Division ATTN: AMSSB-ACY, Building 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00028696-W 20020222/020220213340 (fbodaily.com)
 
Source
FedBizOpps.gov 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.