Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2006 FBO #1544
MODIFICATION

59 -- MODIFICATION TO SYNOPSIS FOR High performance, mobile, man portable, real time automatic tracking system with direct drive pedestal

Notice Date
2/15/2006
 
Notice Type
Modification
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX06T0029
 
Response Due
2/28/2006
 
Archive Date
4/29/2006
 
Small Business Set-Aside
Total Small Business
 
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 nnouncement constitutes the only solicitation; pr oposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-04-T-0029. This acquisition is issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effec t through Federal Acquisition Circular 2005-08. (iv) This acquisition is set-aside for small business. The associated NAICS code is 334519. The small business size standard is 500 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): NA (vi) Description of requirements: Mobile, man portable, real time automatic tracking system configured around a direct drive pedestal. Zero backlash design with direct drive servo motors for both azimuth and elevation. Pedestal shall have capability of p ositioning up to 150 lb or greater at velocities of 100 deg/sec or greater and accelerations of 60 deg/sec or greater. Pedestal shall have capability of operation over a temperature range from 20 to 110 degrees Fahrenheit. Base platform shall weigh 60 lb s or less and allow for placement on uneven surfaces with up to a 10 degree slope. Encoder resolution up to least 19-bits. Control station shall operate over the temperature range of 5 to 45 degrees Centigrade. Control station shall operate in relative h umidity of 20 to 80% noncondensing. Delivery shall include 1) one pedestal, pedestal base and pedestal shipping case. 2) one operators station 14-U rack and shipping case. 3)one VME Pentium M based 1.8 GHz SBC control computer and tracking system contro ller with at least 19 inch LCD PIP monitor; 80 GB hard drive; DVD-R/CD-RW; 1 Gbyte system memory; 10/100 Mbit LAN ethernet controller; keyboard; mouse; Four RS-232/422/485 serial ports; Four USB 2.0 ports; two ethernet ports, one with an RJ45 connector; I rig _B timing card; GPS position card; Windows XP-Pro operating system; joy stick for real time operation of pedestal; VME based automatic video tracker with edge/centroid/correlation tracking; and 4)one set of user manuals, installation and maintenance i nstructions, software developers kit, sample code and drivers for the VME computer board. (vii) Delivery is required by120 days after date of award. Delivery shall be made FOB to US Army Research Laboratory, Bldg 1646, White Sands Missile Range, NM 8800 2-5513Acceptance shall be performed at US Army Research Laboratory, Bldg 1646, White Sands Missile Range, NM 88002-5513. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have bee n 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: The Government wil l award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. The following factors listed in order of importance shall be used to evaluate offers: (1) Compliance with Technical Specifications listed in item description, (2) Delivery Schedule, and (3) Price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offero r within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawa l is received before award. (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 -Commercial Items, with its offer. (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 Require d to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Th e following additional FAR/DFARS clauses cited in this clause are applicable: 52.233-3 Protest After Award (AUG 1996), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004), 52.203-3 Gratuities (APR 1984), 52.203-6 Restrictions on Subcontractor S ales to the Government (Jul 1995), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor- Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Speci al Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004), 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003), 252. 225-7014 Preference for Domestic Specialty Metals (APR 2003), 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (JAN 2005), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004), 252.243-7002 Requests for Equit able Adjustment (MAR 1998). (xiii) Offers are due on 28 FEBRUARY 2006 by 16:00 MST to bgerace@arl.army.mil. (xiv) For information regarding this solicitation, please contact BARBARA GERACE, CONTRACTING OFFICER, TEL: 5056783579, bgerace@arl.army.mil
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSSB-ACA, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN00988849-W 20060217/060215212356 (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.