SOLICITATION NOTICE
66 -- Portable Telemetry Data Acquisition and Display System
- Notice Date
- 6/5/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- DAAD17-02-R-0015
- Response Due
- 6/25/2002
- Archive Date
- 7/25/2002
- Point of Contact
- Barbara Deschepper, 410-278-5425
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(bdeschep@arl.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA COMBINED SYNOPSIS/SOLICITATION 6. Classification Code: 66-Instruments & Laboratory Equipment 8. Subject: 66-Portable Telemetry Data Acquisition and Display System 10. Response Date: 25 June 2002 11. Specialist/Buyer: Barbara DeSchepper, Contract Specialist, FAX 410-278-6522, Phone 410-278-5425 17: Description: (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; proposa ls/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal RFP (ii) The solicitation number is DAAD17-02-R-0015. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97-27. (iv) This acquisition is a 100 per cent small business set-aside and the clause at FAR 52.219-6 applies. The associated North America Industry Classification System NAICS Code is 334515 and the Business Size is 500. (v) The following is a list of contract line items numbers and items, quantities and units of measure: CLIN NO. DESCRIPTION QUANTITY UNIT 0001 PORTABLE TELEMETRY DATA ACQUISITION 1 EACH AND DISPLAY SYSTEM PN: TDS1000RP Telemetry Data Acquisition and Display System consisting of the following: Dual Pentium III, 1.2 GHZ, 1G RAM, Lunch Box, 15.1 TFT, LCD Monitor, 1024x768, (2) 80GB Hard Drives; 250 MB ZIP; R/W CD ROM, PCI Ethernet, 100BasT, Integral Keyboard and Touch Pad, PCI Decom Card (up to 4 streams) Windows 2000 Workstation; Microsoft Office, VuSoftNT, PCI-SD-04 IRG 106, Chapter 4, Single Stream Library, Data Exchange Networking, IRIG B Time Decoder, Wheeled Carrying Bag, Transport Container, 1 year Premium Customer S upport 0002 PN: TDS-1020 1 EACH Telemetry Simulator 0003 PN: TDS-1032 Variable Rate Bit Sync, PCI 10 Mbps 1 EACH 0004 PN: TDS-1033-S 1 EACH S-Band Receiver, PCI 0005 PN: TDS-1034 1 EACH Time Frequency Processor, GPS, Antenna 0006 System Assembly and Test 1 EACH 0007 PORTABLE TELEMETRY DATA 1 EACH ACQUISITION AND DISPLAY SYSTEM PN: TDS-1000RP Portable Telemetry Data Acquisition and Display System consisting of the following: Dual Pentium III, 1.2 HGz, 1G RAM, Lunch Box, 15.1 TFT, LCD Monitor, 1024x768, (2)80GB hard Drives; 250 MB ZIP; R/W CD ROM PCI Ethernet, 100BaseT, Integral Keyboard and Tou ch Pad, PCI Decom Card (up to 4 streams) Windows 2000 Workstation; Microsoft Office, VuSoftNT, PCI-SD04 IRIG 106, Chapter 4, Single Stream Library, Data Exchange Networking, IRIG B Time Decoder, Wheeled Carrying Bag, Transport Container, 1 Year Premium Cus tomer Support CLIN 0008 PN: TDS-1020 1 EACH Telemetry Simulator CLIN 0009 PN: TDS-1032 Variable Rate Bit Sync, PCI (10 Mbps) 1 EACH CLIN 0010 PN: TDS-1033-S 1 EACH S-Band Receiver, PCI CLIN 0011 PN: TDS-1034 1 EACH Time Frequency Processor, GPS, Antenna CLIN 0012 PN: TDS-1030 1 EACH Analog Outputs, DAC, 16-channels CLIN 0013 System Assembly and Test 1 EACH CLIN 0014 PT: VT-004 1 EACH Tracking Antenna System, 0.4 Meter CLIN 0015 On-Site Installation and Training, 4 Days 1 EACH CLIN 0016 FOB: DESTINATION (Shipping) 1 EACH (vi) Description of requirements: The above items are components manufactured by Pacific Instruments, Inc of Concord, CA and are being solicited on a Brand Name or Equal Basis. Pricing shall be required for the 16 items as identified. The following are the minimum salient characteristics for this equipment: The portable Telemetry Data Acquisition and Display System should have Dual Pentium III, 1.2 GHz, 1G RAM, Lunch Box, 15.1 TFT, LCD Monitor, 1024x768 (2)80GB Hard Drives; 250 MB ZIP; R/W CD ROM, PCI Ethernet, 100BasT, Integral Keyboard and Touch Pad, PCI Decom Card up to 4 streams, Windows 2000 Workstation; Microsoft Office VuSoftNT, PCI-SD04 IRG 106, Chapter 4, Single Stream Library, Data Exchange Networking, IRIG B Time Decoder, Wheeled Carrying Bag , Transport Container, 1 Year Premium Customer Support. The above characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product referenced in this announcement. If the vendor prop oses to furnish an equal product, the brand name of the product to be furnished shall be inserted on the proposal. (vii) Delivery is required by August 1, 2002. Delivery shall be made to US Army Research Laboratory, ATTN: Shipping and Receiving Bldg. 43 4, Aberdeen Proving Ground, MD 210055001. Acceptance shall be performed at US Army Research Laboratory, APG, MD 21005-5001. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of th at provision are as follows: Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to equality of the product and shall be based 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 furnis h as part of their proposal all descriptiv e material, such as cuts, illustrations, drawings, or other information necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the offeror proposes to modify a product so as to make it confo rm 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 t he offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the proposed items to serve as replacement parts for the brand name systems, ability of the offeror to meet delivery s chedules and warranty and maintenance performance. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a contract to the offeror whose offer conf orms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (x) Offerors shall include a completed copy o the provision at FAR 52.2 12-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - with its offer. (xi) The clause at FAR 52.212-4 applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5 applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, FAR 52.219-8, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52 .225-1 and FAR 52.232-33. The clauses at DFARS 252.212-7000 and 252.212-7001apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7007; DFARS 252.225-7012; DFARS 252.225-7014; DFARS 252.227-7015 and DFARS 252 .227-7037. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (xiii)The following additional contract terms and conditions apply: A standard commercial warra nty is required. (xiv) This acquisition is rated under the Defense Priorities and Allocations System DPAS as DOC9E. (xv) Offers are due on 25 June 2002, by 1600 hours, at the Army Research Laboratory, RMAC-Adelphi, APG Satellite Purchasing Team, AMSSB-AC A-A, Bldg. 434, Aberdeen Proving Ground, MD 21005. (xvi)For information regarding this solicitation, please contact Barbara DeSchepper, at 410-278-5425, FAX 410-278-6522 or e-mail bdeschep@arl.army.mil.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division ATTN: AMSSB-ACA,A, BLDG 434, APG Satellite Purchasing Team Aberdeen Proving Gro MD
- Zip Code: 21005
- Country: US
- Zip Code: 21005
- Record
- SN00088517-W 20020607/020605214548 (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 |