Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOLICITATION NOTICE

J -- This is a combined synopsis/solicitation to acquire hardware to repair and refurbish the 11,000 lb Instron Floor Model Test Frame (TT-C-ML-90/30; Serial #4523) currently in use at this facility.

Notice Date
9/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-09-P-0035
 
Response Due
9/4/2009
 
Archive Date
11/3/2009
 
Point of Contact
Velvet Taylor, 757-878-2306
 
E-Mail Address
Aviation Applied Technology Directorate
(velvet.taylor@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. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. Based upon comprehensive market research, the Government deems that only one source can meet ALL of the Governments requirements to repair and refurbish the 11,000 lb Instron Floor Model Test Frame (TT-C-ML-90/30; Serial #4523) currently in use at this facility. That only source is Instru-Met Corporation. This notice of intent is not a request for competitive proposals; however, all proposals received by the due date and time in this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses received to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-09-P-0035 and is issued as a Request for Proposal (RFP). Under this effort, the Aviation Applied Technology Directorate (AATD) intends to award a firm fixed price contract to acquire hardware for repair and refurbishment of the Instron Floor Model Test Frame (TT-C-ML-90/36; Serial #4523) and to include Testworks 4 EM Creator Module system installation. The intended source for this acquisition is Instru-Met Corporation, 999 Rahway Avenue, Union, NJ 07083. Delivery of the items is NLT 30 September 2009. The Instron Floor Model Test Frame is used to perform tension and compression testing. The high precision nature of this machine allows for the development of material properties of unknown or new materials. The original system was manufactured by Instru-Met Corporation. As the manufacturer, Instru-Met is the only source capable of providing hardware for repair and refurbishment to this load frame. Other sources would have to subcontract with Instru-Met Corporation to meet the requirements of the acquisition and the use of any other vendor would result in additional expense to the Government. The repair and refurbishment to the Instron Floor Model Test Frame (TT-C-ML-90/36; Serial #4523) includes: Repair or replace the drive motor and servo amp; check all mechanical parts for wear, make adjustments as necessary; check all mechanical systems and prepare for program upgrade to replace old electronics with new insight controller, necessary hardware, and MTSs Test Works for windows software, latest version and advanced signal conditioning to include a multi function LCD display hand set along with a new computer with a flat screen (19) inch monitor and software for basic tensile, compression and flex testing; On site installation estimated at approximately two (2) day to install sheet metal, modifications, hardware and electrical adjustments; Four (4) load cell and extensometer calibrations; Evaluation of one (1) Load cell 500 KG compression to determine damage and repairability; Conversion of methods as needed; Basic software training included; Installation of Testworks 4 EM creator; General testing package includes tensile, flex, peel/ tear and compression test methods; Includes multi- channel software option and advanced rate control option. The Government deems the required repair and refurbishment hardware to be available only from Instru-Met Corporation because Instru-Met Corporation is the manufacturer for the Instron Floor Model Test Frame (TT-C-ML-90/36; Serial #4523). In accordance with FAR 13.106-1(b), the Contracting Officer has determined that, in the circumstances of the anticipated contract action, only one source is reasonably available that meets ALL requirements of the repair and refurbishment of the the Instron Floor Model Test Frame (TT-C-ML-90/36; Serial #4523). Alpha contract negotiations, appropriate for sole source requirements, will be limited to Instru-Met Corporation. This synopsis/ solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-36. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. Also in accordance with the provision, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. A description of the services offered in sufficient detail to evaluate compliance with requirements, to include product literature and warranty as applicable, shall be submitted. Performance of repair and refurbishment hardware and delivery of software upgrade is to be no later than 30 September 2009. Offerors are advised to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items and DFARS Representations and Certifications 252.212-7000 with your offer unless representations and certifications are available electronically at http://orca.bpn.gov. The North American Industry Classification System Code (NAICS) is 334519, Other Measuring and Controlling Device Manufacturing. The small business size standard is 500 employees. While the Government does not anticipate competition, the following evaluation criteria will apply to any proposals received: 1) Technical capability of the offeror to provide repair and refurbishment hardware and upgrade software that satisfies all Government requirements to include ability. The Offeror must state intent to comply with the Governments proposed statement of work or provide exceptions and rationale for any exception. 2) compliance with stated delivery date; and 3) Price. Technical capability and Schedule compliance when combined are of substantially greater importance than price FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items are incorporated by reference. The following additional clauses apply to this acquisition: FAR 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; DFARS 252.246-7000, Material Inspection and Receiving Report; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7013 Duty Free. The following clauses cited within FAR 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (EO); 52.222-35, EO for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-3, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer. The following clauses cited within DFARS 252.212-7001 apply: 52.203-3, Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023 Alternate III, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://farsite.hill.af.mil; http://www.arnet.gov/far; http://www.ac.osd.mil/dpap/dfars. Proposals are due September 4, 2009, 2:00 PM, local time. All responsible sources may submit an offer which shall be considered by the agency. Point of contact is Velvet Taylor, phone: (757) 878-2306, email: velvet.taylor@us.army.mil and Rhonda Buckanin, Contracting Officer, (757) 878-2900, email rhonda.buckanin@us.army.mil. Proposals shall be submitted to the Aviation Applied Technology Directorate, Attn: RDMR-AAC, 401 Lee Blvd., Fort Eustis VA 23604-5577 by facsimile, email, or regular. If emailed, submit proposals to ALL points of contact previously listed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH10/W911W6-09-P-0035/listing.html)
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN01936461-W 20090903/090902010606-f887cc197ee32e744633b4445dc5ab9b (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.