Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

66 -- Wind Tunnel purchase and installation

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-12-T-0033
 
Response Due
8/30/2012
 
Archive Date
10/29/2012
 
Point of Contact
Sandra Johnson, 435-831-2756
 
E-Mail Address
MICC - Dugway Proving Ground
(sandra.j.johnson90.civ@mail.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested; proposals are being requested and a written solicitation will not be issued. Solicitation #W911S6-12-T-0033 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. All firms responding must be registered with the Central Contractor Registration (CCR)/System for Award Management (SAM). Description: The Mission & Installation Contracting Command - Dugway Proving Ground office is contemplating the purchase of a wind tunnel with current ISO 17025 accreditation to include installation at Dugway Proving Ground (DPG), UT. The period of performance is anticipated to be 60 days from date of contract award. Performance Work Statement: TSC-Dugway Anemometer Calibration Wind Tunnel Vision Statement Provide fully assembled and operational open circuit, closed jet, wind tunnel per attached performance specifications at the final destination (DPG) for local calibration of anemometers. Provide calibrator training on use of hardware/software at origin prior to disassembly, packaging and shipment to destination. Unpack, assemble, verify correct operation and demonstrate same to TSC-Dugway personnel at destination. 1 Introduction This is a non-personnel services contract to provide a wind tunnel that has current accreditation to ISO 17025 with an accredited scope of work which shall be in conformance with attached specifications and will be used by United States Army Test Measurement & Diagnostic Equipment (TMDE) personnel for local calibration of anemometers in support of the DPG wind anemometer workload. 1.1 Mission - Reserved Reserved 1.2 Background - Reserved Reserved 1.3 Scope The Contractor shall provide all labor and materials required to provide the Government an ISO 17025 accredited wind tunnel as outlined in this document and in Exhibit A - Minimum Performance Specifications. 2 General Requirements This section describes the general requirements for this effort. The following sub-sections provide details of various considerations on this effort. 2.1 Non-Personal Services The Government shall neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor believes that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Procuring Contracting Officer (PCO) immediately. 2.2 Business Relations The contractor shall successfully integrate and coordinate all activity needed to execute the requirement. The contractor shall manage the timeliness, completeness, and quality of problem identification. The contractor shall provide corrective action plans, proposal submittals, timely identification of issues, and effective management of subcontractors. The contractor shall seek to ensure customer satisfaction and professional and ethical behavior of all contractor personnel. 2.3 Contract Administration and Management The following subsections specify requirements for contract, management, and personnel administration. 2.3.1 Contract Management The contractor shall establish clear organizational lines of authority and responsibility to ensure effective management of the resources assigned to the requirement. The contractor must maintain continuity between the support operations at Dugway Proving Ground, TMDE Region West Engineering and the contractor's corporate offices. 2.3.2 Contract Administration The contractor shall establish processes and assign appropriate resources to effectively administer the requirement. The contractor shall respond to Government requests for contractual actions in a timely fashion. The contractor shall have a single point of contact between the Government and Contractor personnel assigned to support contracts or task orders. The contractor shall assign work effort and maintaining proper and accurate time keeping records of personnel assigned to work on the requirement. 2.3.3 Personnel Administration The contractor shall provide management and support as required. The contractor shall ensure employees performing work under this requirement are fully trained to meet the PWS requirements. 2.4 Subcontract Management The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. The prime contractor will manage work distribution to ensure there are no Organizational Conflict of Interest (OCI) considerations. Contractors may add subcontractors to their team after notification to the Procuring Contracting Officer (PCO) or Contracting Officer Representative (COR). Cross teaming may or may not be permitted. 2.5 Contractor Personnel, Disciplines, and Specialties The contractor shall accomplish the assigned work by employing and utilizing qualified personnel with appropriate combinations of education, training, and experience. The contractor shall match personnel skills to the work or task with a minimum of under/over employment of resources. The contractor shall ensure the labor categories as defined in the Labor Categories document (see attachment), labor rates, and man-hours utilized in the performance of each PWS line item issued hereunder will be the minimum necessary to accomplish the task. The Contractor shall provide the necessary resources and infrastructure to manage, perform, and administer the contract. 2.6 Location and Hours of Work Accomplishment of the results contained in this PWS requires work at the TSC-Dugway, Dugway Proving Ground, UT (Building 4231). Dugway Proving Ground is a secure military installation. The contractor workers must be U.S. Citizens with photo identification. The contractor shall contact the assigned COR to make arrangements for access to the installation. Normal workdays are Monday through Thursday except US Federal Holidays 7:00 AM - 5:00 PM. 2.7 Travel / Temporary Duty (TDY) Reserved 3 Performance Requirements The following section specifies the Performance Objectives and Performance Elements for the contract. 3.1 Hardware Provide a fully assembled, tested and operational wind tunnel accredited to ISO 17025 at the time of disassembly. Includes disassembly at origin (if required), package and ship to destination (Bldg. 4231 Dugway Proving Ground, UT) such that all items transported shall sustain no damage, degradation of appearance, performance or quality from the condition of the tunnel (an all components provided) as existed prior to shipment at origin. Also includes unpacking, assembly, verification of correct operation, and demonstration of correct operation to TSC-Dugway personnel in BLDG. 4231. USED EQUIPMENT: The Government will consider a used wind tunnel to fulfill this requirement. A used wind tunnel must meet the minimum performance specifications identified in Exhibit A. To be considered, a used wind tunnel must have an expected useful life of 75% or more of an equivalent new tunnel. The Offeror shall provide a document indicating the remaining useful life of the equipment. 3.1.1 The contractor shall provide a wind tunnel that meets the general feature requirements identified in Exhibit A. Performance Standards a) STD: General features of the wind tunnel shall meet or exceed the design, fabrication, and components requirements as identified in Exhibit A - Minimum Performance Specifications: 1) Tunnel Type: Open Circuit, closed test section; 2) Complete and operational anemometer calibration wind tunnel to include the following sections: inlets, contraction, test section, diffuser, axial fan / 15Hp motor (min.) exhaust, acoustic silencer; 3) Analytically designed inlet, contraction and diffuser ducts fabricated of durable materials with high quality fit and finish; 4) Flow management elements including precision honeycomb and stainless steel screens mounted in tension frames; 5) Test section fabricated from optically clear material with full optical access and an efficient system for mounting and calibrating test items (i.e. Removable bottom mount trays). The test section must be fully sealed during operation. Access doors to the test section shall be arranged with safety interlocks and with counter balance with to enable easy movement by a single operator; 6) Axial fan (precision balanced) with a totally enclosed induction motor: 7) Sturdy support frames with isolation mounts; 8) Inverter speed control with electrical disconnect. At least one "panic button" must be interfaced to the inverter; 9) Acoustic silencer to reduce fan sound power level by at least 10 dBa; and 10) Provision for operation with an open test section AQL: 100% 3.1.2 The contractor shall provide a wind tunnel that meets ISO 17025 specifications identified in Exhibit A. Performance Standards a) STD: The wind tunnel has current ISO 17025 Accreditation for Wind Anemometer Calibration and valid current scope of accreditation for rotary wind anemometers over the required range at the time of contract award. AQL: 100% b) STD: Calibration Measurement Capability meets ISO 17025 requirements as identified in Exhibit A. AQL: 100% c) STD: Test Section Performance Metrics meet ISO 17025 requirements as identified in Exhibit A. AQL: 100% Deliverables: A003 ISO 17025 Data Documentation 3.1.3 The contractor shall provide a wind tunnel that meets the test section requirements as identified in Exhibit A. Performance Standards a) STD: Wind tunnel hardware meets design, fabrication, and components requirements as identified in Exhibit A - Minimum Performance Specifications: 1) Closed test section 24" x 24" b48" (H x W x L) test section with side access test section door and four (4) removable bottom mount UUT trays for mounting Units Under Test (UUTs) outside of test section; 2) Test trays shall be mounted in the test section through side access test section door; 3) The test section shall be independently supported on the floor on adjustable feet; 4) The test section shall have an additional chamber (lower chamber) below the test section that will accommodate anemometers that are too large to be placed in their entirety in the test section. This shall enable the sensing portion of the anemometer to be placed into the test section and the non-sensitive portion in the lower chamber, thus reducing the blockage factor; 5) Both openings (upper and lower) shall use continuous perimeter seals; and 6) The footprint shall not exceed 32' long x 7' wide. AQL: 100% 3.1.4 The contractor shall provide additional equipment that meets manufacturers' specifications and documentation as identified in Exhibit A. Performance Standards a) STD: Additional equipment as identified in Exhibit A meets manufacturers' specifications and documentation AQL: 100% 3.1.5 The contractor shall disassemble and ship wind tunnel. Contractor shall disassemble the wind tunnel at origin and pack and ship to destination (Building 4231 Dugway Proving Ground), UT. Performance Standards a) STD: Complete AQL: 100% 3.1.6 The contractor shall unpack, assemble, and verify correct operations to TMDE Support Center (TSC)-Dugway personnel in Bldg. 4231. Performance Standards a) STD: Complete and meets compliance requirements AQL: 100% 3.2 Software The contractor shall provide software to operate in conjunction with the wind tunnel to perform wind anemometer calibration of rotary and thermal types that enables operator selection of anemometer type, selection of number and cardinal air speed calibration points, execute wind tunnel control, data collection, reduction, analysis, archiving, retrieval, characterization and reporting / printout in compliance with ISO 17713-1 and/or ASTM -5096. 3.2.1 The contractor shall provide software to operate in conjunction with the wind tunnel. The software shall operate in conjunction with the wind tunnel to perform wind anemometer calibration of rotary and thermal types that enable operator selection of anemometer type, selection of number and cardinal air speed calibration points, execute wind tunnel control, data collection, reduction, analysis, archiving, retrieval, characterization and reporting and printout in compliance with ISO 17713-1 and/or ASTM-5096. As a minimum, the provided software shall support anemometer calibration as specified the performance requirement of RM Young model 5103 anemometers with frequency output (90Hz @ 8.8 m/s) and voltage (0-5 VDC) output. Source Code for the provided software shall be included as a deliverable. Performance Standards a) STD: Software is fully operational and meets required performance specifications. AQL: 100% Deliverables A001 Software Source Code 3.3 Training The contractor shall provide training to three (3) TMDE personnel on the use of the tunnel, procedures and software and shall be conducted at origin before tunnel disassembly, package and shipment to destination. The training shall include the operation of the equipment/software, the theory and practice of anemometer calibration. 3.3.1 The contractor shall provide training. Training shall be provided to three (3) TMDE personnel on the use of the tunnel, procedures and software, and shall be conducted at origin before tunnel disassembly and shipment to destination. The training shall include the operation of the equipment, the theory and practice of anemometer calibration. Performance Standards a) STD: Complete AQL: 100% Deliverables A001 Software Source Code A002 Calibration Procedures for RMY 5103 A004 Operating Manual A005 Maintenance Manual 3.4 Procedures The contractor shall provide procedures for operation of software and hardware to perform wind anemometer calibration of rotary and thermal types. Complete set of operation and maintenance manuals for the provided hardware/software. The Quality manual of the facility under which 17025 accreditation was achieved shall be provided. 3.4.1 The contractor shall provide procedures for calibration of RMY 5103anemometers. The contractor shall provide a hardcopy version of procedures for calibration of the following anemometers: RMY 5103. A second copy in electronic format shall be provided if available. Written procedures shall be compliant with guidance provided in ISO 16622 & 17713-1 and ASTM D5096 & D6011. Performance Standards a) STD: Complete and meets compliance requirements AQL: 100% Deliverables A002 Calibration Procedures for RMY 5103 A004 Operating Manual A005 Maintenance Manual 3.5 Personnel Reporting The contractor shall perform personnel reporting in accordance with the Department of the Army Personnel Reporting system. 3.5.1 The contractor shall provide personnel reporting in accordance with the Department of the Army Personnel Reporting system. Performance Standards a) STD: Complete AQL: 100% 4 Special Requirements This section describes the special requirements for this effort. The following sub-sections provide details of various considerations on this effort. 4.1 Security and Safety Contractor workers who will be performing work on the Government installation must be US Citizens. Contractor workers who will be performing work on the Government installation will be required to provide proof of identification and citizenship (such as a drivers license) to be permitted to enter the installation. 4.2 Transition - Reserved Reserved 4.3 Government Furnished Materials - Reserved Reserved Page 11 of 12 4.4 Environmental Requirements - Reserved Reserved 4.5 Applicable Directives - Reserved Reserved 5 Deliverables The contractor shall provide deliverables as described. Deliverables shall be specified by the government. Format and delivery schedule for deliverables shall be outlined in CDRLs and/or other means TBD. Identifier / Name / Description A001 / Software Source Code A002 / Calibration Procedures for RMY 5103 / Written procedures shall be compliant with guidance provided in ISO 16622 & 17713-1 and ASTM D5096 & D6011 A003 / ISO 17025 Data Documentation / ISO 17025 Data Documentation to substantiate hardware meets specified standards. A004 / Operating Manual A005 / Maintenance Manual 6 Related Documents The following Documents are related to this project: ISO 17025 Accreditation of Wind Anemometer Calibration1. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-12-T-0033. All firms responding must be registered with the Central Contractor Registration (CCR). Attachments: 1.Performance Requirements Summary 2.Pricing Schedule 3.Visitor Guide Offers: In responding, offerors must provide the following to be considered responsive: 1.Quote 2.Completed pricing schedule 3.References with, contact information, for three similar calibration wind tunnels that the offeror has supplied within the past five years. Questions: Questions regarding this solicitation are to be submitted in writing via email to paul.e.frailey.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. The deadline for questions is Monday, August 20, 2012 at 5:00 p.m. (prevailing local time at Dugway Proving Ground, UT). The following provisions and clauses apply to this RFQ: Local FAR Clauses: 52.000-4001, Foreign Visitors / Employees; 52.000-4002, Location of U.S. Army Dugway Proving Ground; 52.000-4003, Normal Work Hours; 52.000-4010, Post Award Conference; 52.000-4107, Security Badges and/or Protective Masks; 52.000-4949, Contractor Access to DPG; 52.204-4000, Department of Army Personnel Reporting System; 52.223-4000, Notice to Offerors - Use of Class I Ozone Depleting Substances; 52.223-4001, OSHA Standards; and 52.204-4011, Legend of Acronyms and Brevity Codes. FAR Provisions and Clauses: 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items (Offerors shall include a completed copy of this provision with its offer); 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; oThe following clauses are incorporated by FAR 52.212-5 for this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractor's Debarred, Suspended or Proposed for Debarment; 52.219-4, 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.228-4001, Insurance Requirements 52.223-5, Pollution Prevention and Right-to-Know Information; 52.228-5, Insurance - Work on a Government Installation; 52.237-4004, Identification of Contractor Employees; 52.242-4004, Government Contractor Relationships; 52.246-1, Contractor Inspection Requirements; 52.247-34, FOB: Destination. DFARS Provisions and Clauses: 252.201-7000, Contracting Officer's Representative; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.211-7003 Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications - Commercial Items (Offerors shall include a completed copy of this provision with its offer); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; oThe following clauses are incorporated by DFARS 252.212-7001 for this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.227-7015, Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Alternate III, Transportation of Supplies by Sea 252.225-7035, Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; and 252.232-7010, Levies on Contract Payments. Interested vendors wishing to respond to this solicitation shall provide a quote and pricing valid for 60 calendar days. Offers are due at 10:00 AM (prevailing local time at Dugway Proving Ground, UT) on August 30, 2012. Offers may be emailed. Submit emailed offers to paul.e.fraily.civ@mail.mil and to sandra.j.johnson90.civ@mail.mil. Hardcopy offers shall be submitted to: US Army Contracting Agency / Dugway CCMI-CHD-DG ATTN: Sandra Johnson 5330 Valdez Circle MS #1 Dugway Proving Ground, UT 84022 Please note that Dugway Proving Ground is a secure military installation. Please review the attached Visitor Guide (pg. 10) regarding installation access for hand-delivering offers. Contact Sandy Johnson at the email or phone number listed below if hand-delivery is intended no later than 10:00 AM (prevailing local time at Dugway Proving Ground) Tuesday, August 28, 2012. For any questions or concerns please contact Sandy Johnson at 435-831-2756 or via email at sandra.j.johnson90.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/925448f078900cdefccfc72703376f48)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02847255-W 20120822/120821000209-925448f078900cdefccfc72703376f48 (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.