SOLICITATION NOTICE
66 -- DOPPLER PARTICLE ANALYZER
- Notice Date
- 9/11/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX08T0219
- Response Due
- 9/16/2008
- Archive Date
- 11/15/2008
- Point of Contact
- hilton.thompson, 3013942889<br />
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is _W911QX-08-T-0219_______. This acquisition is issued as an _RFQ___. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular _2005-26______. (iv) This acquisition is set-aside for _N/A_____________. The associated NAICS code is _334513_____. 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): CLIN 0001 DOPPLER PARTICLE ANALYZER - QTY 1 CLIN 0002 SHIPPING COST - QTY 1 (vi)Description of requirements: Salient Characteristics for a Phase Doppler Measurement System for Liquid Hydrocarbon Spray Analysis in Air C.1 The Army Research Laboratory has a need to purchase a Phase Doppler Measurement System for liquid hydrocarbon spray analysis in air. C.2 The contractor shall supply a Phase Doppler Measurement System that meets the following specifications: C.2.1 Capable of measuring greater than or equal to 0.5 micrometre droplet size with 1D-component velocities ranging from -10 m/s to 100 m/s C.2.2 Droplet diameter measurement error less than or equal to 5% C.2.3 Liquid droplet diameter range extent is greater than or equal to 300:1 with single hardware setup (no modifications to hardware during experiment) C.2.4 Capable of measuring the following liquid droplets in air: pure ethanol, denatured ethanol, and JP-8 diesel fuel including its constituents; Isooctane, Methylcyclohexane, m-Xylen, Cyclooctane, Decane, Butylbenzene, 1,2,4,5-Tetramethylbenzene, Tetralin, Dodecane, 1-Methylnaphthanlene, Tetradecane, Hexadecane, and the additive Stadis 450. C.2.5 Upgradable to 3D-component velocity measurement C.2.6 Upgradable to include a 3D-axis, traversable stage capable of measuring sprays with minimum spray cross-section diameters of 4cm and minimum spray heights of 2cm. C.2.7 Assembled system must have a working area between transmitter and receiver optics that is greater than or equal to 250mm to facilitate custom spray apparatus. C.3 The contractor shall ensure the following components are included in the phase Doppler system: C.3.1 Air-cooled laser with base mount and power rating below 0.5W C.3.2 Multicolor beam generator for 1D velocity component C.3.3 One-component transmitter probe for 514.5 nm, with a maximum 300 mm focal length lens C.3.4 One-component phase Doppler receiver with maximum 300 mm focal length lens C.3.5 Single channel photodetector measuring both size and velocity for 514.5nm wavelenth C.3.6 Signal processor for velocity and size with a 100MHz maximum Doppler frequency, 400 MHz maximum sampling rate, single channel, Firewire interface, and flow analysis software package providing velocity and droplet size. C.3.7 System must include an L-shaped rail system and mounting kits to attach each of the components to the rail system. C.3.8 Personal computer compatible with Phase Doppler Measurement Systems flow analysis software. The computer: C.3.8.1 Must contain the most up-to-date version of analysis software for complete droplet diameter and velocity analysis. C.3.8.2 Must interface with all other components of the phase Doppler system and include a IEEE 1394 Firewire interface. C.4 The contractor shall install the system at the Army Research Lab (ARL) in Adelphi, MD and provide manuals for the installation, operation, and maintenance as well as training of up to three (3) engineers in the use of the setup, hardware operation, software operation, and analysis of the system. C.4.1 The contractor shall provide a one-year system warranty (vii) Delivery is required within 15 weeks of award. Delivery shall be made to _US ARMY RESEARCH LABORATORY ADELPHI, MD__. Acceptance shall be performed at _SAME AS ABOVE______________. The FOB point is _DESTINATION_____________. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been 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 will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 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 whether the proposed product meets the performance characteristics and specifications. The technical evaluation 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 furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the vendor proposes to modify a product so as to 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 product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules and warranty and maintenance reputation. Offerors shall include twelve (12) months of 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 conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The Government reserves the right to award to other than the lowest price and to 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 -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 Required 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. The following additional FAR/DFARS clauses cited in this clause are applicable: _FAR: 52.233-3, 52.233-4, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.22-36, 52.222-37, 52.222-39, 52.225-1 and 52.232-33. DFARS: 252-225-7001, 252.247-7024 and 252.225-7014 __. (xiii) The following additional contract requirement(s) or terms and conditions apply: Evaluation Criteria (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as _N/A_________________.. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on _16 SEPTEMBER 2008, by ___11:59 PM ____. (xvii) For information regarding this solicitation, please contact _HILTON A. THOMPSON, 301-394-2889 or hilton.thompson@arl.army.mil _______________.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e5c9f3bc4eae7fa485edf6bdc159e7b&tab=core&_cview=1)
- Place of Performance
- Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD<br />
- Zip Code: 20783-1197<br />
- Zip Code: 20783-1197<br />
- Record
- SN01667775-W 20080913/080911230626-5e5c9f3bc4eae7fa485edf6bdc159e7b (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 |