SOLICITATION NOTICE
66 -- Anthropomorphic Test Device
- Notice Date
- 3/8/2004
- Notice Type
- Solicitation Notice
- NAICS
- 423860
— Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
- 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
- W911QX-04-T-0043
- Response Due
- 3/15/2004
- Archive Date
- 5/14/2004
- Point of Contact
- Kathy Harrigan, 301-394-3693
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, Adelphi Contracting Division
(kharrigan@arl.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. This acquisition is issued as a Request for Quote (RFQ). This acquisition is subject to the availability of funds. (ii) The solicitation number is W911QX-04-T-0043. (iii) The solicitati on document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) The proposed contract is 100% set aside for small business concerns. The associated North America Industry Classification Syste m (NAICS) Code is 423860 and the Business Size Standard for it is 100 employees. (v) The following is the contract line item number and description, quantity and unit of measure: CLIN NO. DESCRIPTION QUANTITY UNIT 01 Anthropomorphic Test Device as specified by NHTSA (National Highway and Transportation Safety Administration) drawing 1 EACH Package ??????Thor alpha NT?????? with built-in sensors attached (vi) Description of requirements: The above item is solicited per the below specifications. Pricing, delivery date and shipping cost is required for all items as identified. Offers shall include all of the necessary hardware, tuners, software, positioners, and calibration kits to perform the automated testing of the following functions: Statement of Requirement Contractor to supply Anthropomorphic Test Device (ATD) as specified by NHTSA drawing package Thor alpha NT with built-in sensors specified below. Base dummy (Thor NT tested and certified) with: Head assembly Compressible foam face assembly Neck assembly Shoulder assembly Thorax assembly Spine assembly Upper abdomen assembly Lower abdomen assembly Pelvic assembly Femur assembly Jacket assembly H-3 arms left and right H-3 standard knees and lower extremities, left and right Base dummy accessories: Neck shroud Lower abdomen wedges Abdomen front Velcro cover Strain relief mesh - Tail Nylon wire cover Tilt sensor readout box Base documentation: Thor test instrumentation analysis software and manual Thor Alpha drawing package Thor disassembly / assembly video Thor biomechanical performance documentation Instrumentation calibration sheets Biomechanical calibration graphs Thor users manual hardcopy Dummy instrumentation: 4 CRUX units (12 channels) 5 Tilt sensors (head, neck, LTS, LUM, Pel) Head CG tri-axial accels (endevco 7267a or equivalent), X,Y,Z (3 channels) Upper neck load cell (Mertz corridor)(Denton 3454J or equivalent), Fx, Fy, Fz, Mx, My, Mz (6 channels) T-12 Load Cell (Denton 1911 J) Fx, Fy, Fz, Mx, My (6 channels) Thorax CG tri-ax accels (endevco 7267a or equivalent), X,Y,Z (3 channels) The contractor shall include all warranties and shipping charges in its quote (vii) Delivery is required 12 weeks after award of contract although offerors may propose an alternative delivery date, which may be considered. Delivery shall be made to US Army Research Laboratory, ATTN: Shipping and Receiving, 2800 Powder Mill Rd., Ad elphi, MD 20783-1197 and acceptance shall be performed at the same address. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The following addenda have been att ached 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 that provision are as follows: The technical capabil ity of the item will be a determination as to whether the prop osed product meets the technical specifications based on information furnished by the vendor quote. The Government is not responsible for locating or securing any information, which is not identified in the proposal. If the vendor proposes to modify a p roduct 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. The Government will award a contract to the offeror whose offer conforms to this solicitation and is the lowest price to the Government. The Government reserves the right to make an award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, 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 addenda have been attached to the clau se: 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 52.219-6, FAR 52.219.8, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52 .222-35, FAR 52.222-36, FAR 52.232-33, FAR 52.222-37. Clauses and provisions are incorporated by reference and apply to this acquisition. (xiii) The following additional contract terms and conditions apply: DFARS 252-212-7001, the following DFARS clause s cited in this clause are applicable: DFARS 252-225-7012, DFAS 252.225-7014, DFARS 252.227-7015. A minimum one-year warranty on parts and workmanship is required. Clauses and provisions can be obtained at http://www.arnet.gov (xiv) This acquisition is r ated under the Defense Priorities and Allocations System (DPAS) as DOC9E. (xv) Offers are due on March 15, 2004, by 2400 hours, at US Army Research Laboratory, RMAC-Adelphi, AMSSB-ACA-AC, 2800 Powder Mill Rd., Adelphi, MD 20783-1197 via email to kharrigan@ arl.army.mil. (xvi) For information regarding this solicitation, please contact Ms. Kathy Harrigan at (301) 394-3693, FAX (301) 394-1162 or email kharrigan@arl.army.mil. (xvii) Numbered Note 1 applies as the proposed contract is 100% set aside for sma ll business concerns.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, Adelphi Contracting Division ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
- Zip Code: 20783-1197
- Country: US
- Zip Code: 20783-1197
- Record
- SN00539845-W 20040310/040308223007 (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 |