SOLICITATION NOTICE
78 -- Instrumented Treadmill
- Notice Date
- 8/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423910
— Sporting and Recreational Goods and Supplies Merchant Wholesalers
- 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
- W911QXT0277
- Response Due
- 8/31/2009
- Archive Date
- 10/30/2009
- Point of Contact
- Hortensia E Tellez, 575-678-0697<br />
- E-Mail Address
-
RDECOM Acquisition Center - Adelphi
(hortensia.tellez@arl.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. Interested persons may identify their interest and capability by submitting their proposal. (ii) The solicitation number is W911QX09T0227. This acquisition is issued as an Request for Quote (FRQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 Aug 2009. (iv) This acquisition is unrestricted. The associated NAICS code is 423910, size standard 100. (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: 1 each Instrumented Treadmill. (vi) Specifications of requirement: Two force plates/treadmills arranged front-to-back; Strain gauge load cells in the force plates; Running/walking surface length at least: 1.43 m to 2.1 m (56 in to 84 in);Running/walking surface width at least 0.61 m to 0.91 m (24 in to 36 in); Accurate measurement of three-dimensional forces and torques (In tests where the treadmill is not on, the linearity and hysteresis should be less than 0.2% of the full scale output.); Capability for subjects to run at up to 19.3 km/hr (12 mph); Capable of operating with a subject carrying a load such that the total weight is 1780 N (400 lb); Speed control tolerance of 2.5% over the range of speeds; Ability to operate at an incline/decline of at least 25%; Ability to incline and decline at a minimum of 0.5 degrees/second; Ability for the belt to be run in reverse for downhill walking and running; Non-reflective finish on exterior surfaces to prevent reflections interference with government owned video motion capture system; Ability to program speed and incline/decline changes to be used for experiments; Natural frequencies of the force plates of at least 200 Hz in vertical, anterior-posterior, and medial-lateral directions; Emergency stop button that can be attached to a hand rail; the stop button shall have capability to be removed from the hand rail and used by someone near the control computer to stop the treadmill; Removable hand rails; Automatic belt adjustment to eliminate problems with belt drift; Analog data output; Lifting points or designated sling locations for the instrumented treadmill which will be embedded in the floor; Retractable wheels for moving the instrumented treadmill; Installation documentation shall include instructions for starting the treadmill, running the treadmill, collecting force and moment data, shutting down the treadmill, and integrating the treadmill with a government furnished motion capture system (Vicon). (vii) Delivery shall be made to Building 434, Aberdeen Proving Grounds, MD. Acceptance shall be performed at Aberdeen Proving Grounds, MD. 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 conforms to the solicitation and 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. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely 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 the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform 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 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 (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include at least 2 records of sales from the previous twelve months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or 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: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities ; 52.222-26 Equal Opportunity; 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 252.203-3 Gratuities; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission Of Payment Requests; 252.243-7002 Request for Equitable Adjustment. Clauses and provisions are incorporated by reference and apply to this acquisition. Full text of the clauses and provisions can be obtained at http://farsite.hill.af.mil/ (xiii) The following RDECOM local provisions shall be incorporated into any resultant contract: 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.016-4407 Type of Contract; 52.005-4401 Release of Information; 52.032-4418 Tax Exemption Certification. A copy of the full test of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: None (xv)The following notes apply to this announcement: None (xvi) Offers are due on 31 August 2009, by 10:00 AM Mountain Daylight Time (MDT), at the US Army Research Laboratory, CRD-AD-WS, Bldg 1624, White Sands Missile Range, NM 88002. (xvii) For information regarding this solicitation, please contact Hortensia E. Tellez at 575-678-0697 or email at hortensia.tellez@arl.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QXT0277/listing.html)
- 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
- SN01916340-W 20090820/090819000910-025b094909f90369c9b2a223a3205e09 (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 |