Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2004 FBO #0825
SOLICITATION NOTICE

61 -- TACMET II WEATHER SENSOR SYSTEM

Notice Date
2/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0341
 
Response Due
3/9/2004
 
Archive Date
5/8/2004
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
ACA, Aberdeen Proving Ground
(brenda.j.fletcher@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. The associated North America Industry Classification System (NAICS) Code is 334513 and the Business Size Standard is 500. The combined synopis/solicitation number is W91ZLK-04-T-0341. The contractor shall provide the following: Clin 0001 TACMET II Weather Sensor System to be placed inside of shelter Joint Point Biological Detection System. Qty 100. Clin 0002 Mast Sonic Mount Qty 100. Clin 0003 Heavy Duty Transit Case for TACMET II/Son ic w/Display Case. Qty 100. Clin 0004 Manual for TACMET II. Qty 100. The specification for the weather sensor system are as follows: Output Parameters-wind speed (m/s), wind direction (relative to housing), wind direction (oriented to magnetic north, flux gate compass heading, temperature (degree C), relative humidity, barometric pressure. Additional specification are wind speed (ultrasonic sensor) 0-65 m/s, wind speed acuracy +/- 0.5 m/s, resolution 0.1 m/s, measurement rate 2Hz each axis, wind direc tion 0-360, wind direction accuracy +/- 5 degrees, resolution +/- 1 degree, temperature –30 to 55 degrees C, temperature accuracy +/- 0.3 degrees Celsius, resolution +/- 0.1 degree, relative humidity 0 to 100 %, relative humidity accuracy +/- 3 percen t, resolution +/- 1 percent, barometric pressure 600 to 100 mBar - +/- 0.65 mB, RS 232 19200 baud output, instantaneous output, flux gate compass, +/- 2 degree accuracy, body paint CARC green 383 (finished per MIL-C 53039A ME), shield paint CARC green 383 (finished per MIL-C-53039A ME), mounting connector, input voltage 10-14 volts DC, Environmental –40 to +60 degrees C, 0 to 100 % RH, -100 to +10,000 ft MSL altitude, EMI/RFI resistant housing and filtering, size of unit must be less than 16 inches in height and a maximum diameter of 4 inches, weight must be less than 3 kg, EMI/EMC hardening and CARC paint. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of t hat provision are as follows: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. 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 materials (such as cuts, illustrations, drawings or other information) necessary for the government to determine wh ether the product meets the salient characteristics of the requirement. If the vendor propsoes to modify a product so as to make it conform to the requirement of this solicitation the vendor 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 products to industry or government agencies. Past performance will consi der the ability of the offeror to meet the delivery schedules, warranty, and support. 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 contr act to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The governmen t reserves the right to make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-4, Contract Terms and Conditions--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 thi s acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Pre ference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-19 Child Labor-Coope ration with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action F or Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), DFAR 252.204-7004 Requir ed Central Contractor Registration, DFAR252.243-7001 Pricing of Contract Modifications, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items. The full text of the FAR references may be accessed electronically at this address: http: //farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by March 9 2004 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-3 34-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410)278-0900, or via email brenda.j.fletcher@us.army.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ05/W91ZLK-04-T-0341/listing.html)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00533253-F 20040229/040227234122 (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.