Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
MODIFICATION

66 -- Two Lamp Solar Constant System

Notice Date
9/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN12T0024
 
Response Due
9/18/2012
 
Archive Date
11/17/2012
 
Point of Contact
Scott Dern, 973-724-8674
 
E-Mail Address
ACC - New Jersey
(scott.r.dern.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Quotes are being requested; a written solicitation will not be issued. Solicitation W15QKN-12-T-0024 along with incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-61. The NAICS code for this procurement is 334516 and the small business size standard is 500. This requirement is being set aside for small businesses. The U.S. Army ARDEC, Picatinny Arsenal, NJ intends to award one firm fixed price purchse order on a competitive for a Two Lamp Solar Constant System that meets the following salient features: Solar Constant System shall include: 1)Two MHG Lamps, two Lamp Drive systems 2)Two ODF-Filters 3) Two electronic power supplies with power adjustment and overload/temperature protection. 4)One Power Cabinet 5)One Touch Screen Programmable Controller 6)Required power cables 7)Onsite System start up The system must meet the following requirements: 1)Irradiance: 1,120W/m (max) 2)Irradiated Area: Approximately 30" x 65" x 30" (W, L, and H) 3)Spatial homogeneity: +/- 10% (standard deviation - 1 sigma) Measured using the center of a.5x.5 meter grid. 4)Spectral distribution: Global Radiation per-MIL STD 810G 5)Lamp Type MHG (Metal Halide Global) 6)Lamps are verified as a full spectrum source. 7)Control System Control of ON/OFF functions and intensity for the lamps. PC based control to provide operational control of lamp power/filter selection and timing to allow operation of the Solar System to MIL STD 810 solar requirements. 8)Intensity control: from 50% - 100% 9)Set-Point Resolution 1% power steps 10)Output Stability 1% with input power 15 Power feed fluctuation. 11)A full spectrum solar simulation system must offer the best correlation to test results achieved during outdoor test (e.g. Arizona). For this application we choose the Solar Constant System fitted with Electronic Power Supplies that provides a very good match to natural daylight. 12)MIL STD 810 Spectral Requirements: The spectral requirements of MIL STD 810 provide a tolerance with total radiation and over several wavelength bands. Conformance to spectral radiation is related to total power. The spectrum is characterized by the MHG lamp, Luminary system (reflector/filter) and power supply for the lamp. These elements together must allow the Solar Constant system to conform to MIL STD 810. The total power and uniformity must be controlled by installing two Solar Constant Luminary units and positioning them to achieve the specified conditions. In the case of MIL STD 810 compliance the total power is ideally 1120W/m2 (280-3000nm) and the uniformity level is 10% (standard deviation 1 sigma). 13)MIL STD 810 requirements for procedure I and procedure II: The MIL STD 810 specification defines two cycles, procedure I for diurnal (solar day) simulation for the evaluation of solar heat load and how it can affect the function of devices and procedure II to evaluate the effects of material performance/degradation related to solar radiation. 14)To comply with the requirements of procedure I, the Solar Constant Luminary must be fitted with a series of MHG lamps which provide a wide range of power output. The selection of specific lamp units allows the output range to operate over the specified irradiance levels. The lamp/power setting must be stored as part of a test sequence (computer/PLC based control). 15)Procedure II is a simple ON/OFF process where the radiation output must be maintained at a specified output level (1120W/m2) for a total of 20 hours ON and four hours OFF. However, a close match to sunlight (specifically the ultraviolet spectrum) is needed to produce useful test results that correlate to natural solar radiation. Interface 1)Two Lamp Solar Constant System must able to be fitted into a custom made Temperature Walk-In Test Chamber with interior dimensions of 98" wide x 68" deep x 110" high, approximate clear usable workspace Controls/Instrumentation 1)The Solar Constant system must be engineered specifically to meet the needs to interface with specifically designed Chamber with temperature and air circulation controls. 2)The Solar Constant system must incorporate Touch screen based control system allowing for intensity, lamp selection and control timing to be set by the customer. A profile for each intensity level desired is established and must be saved to a profile file and given a name (1120 Wm2, 950 Wm2). Each saved profile must be called to operate for a specific time period. (Run profile 1120 Wm2 for one hour, then run profile 950 Wm2 for one hour). Installation and system warranty 1)One Year, On-Site, hardware warranty 2)On-Site Installation & Familiarization 3)One Year Software Support 4)Six (6) months delivery 5)Operating Manuals/Schematics/Drawings The contractor shall deliver the following equipment to ARDEC: 1)Two MHG Lamps, two Lamp Drive systems 2)Two ODF-Filters 3)Two electronic power supplies with power adjustment and overload/temperature protection. 4)One Power Cabinet 5)One Touch Screen Programmable Controller 6)Required power cables 7)Shipping 8)Onsite Installation in to a chamber and System start up The equipment shall be delivered within 6 months of contract award The following Federal Acquisition Regulation (FAR) and Defense FAR (DFAR) Provisions/Clauses are applicable and are incorporated by reference: FAR: 52.212-1, 52.212-3, and 52.212-4. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, 52.233-3, 52.233-4, 52.247-34. DFAR: 252.212-7000, 252.212-7001and 252.232-7010. The following additional DFAR Clauses under 52.212-7001 also apply to this acquisition; 252.203-7000, 252.225-7036, 252.232-7003 and 252.247-7023 Alt III. The following local clauses also apply: 52.246-4000 Acceptance 52.246-4001 Government Property Quality Assurance Actions 52.232-4002 Payment 52.000-4000 Identification of Contractor Employees (Dec 05) 52.224-4001 Disclosure of Unit price information 52.232-4004 Army Electric Invoicing Instructions 52.215-4005 Electronic & Non-Electronic Proposal Submission Requirement (July 2009) 52.000-4003 Administrative Space Occupied by Contractors at Picatinny Arsenal (February 2010) 52.000-4002 Level 1 Anti Terrorist Awareness Training (Oct 2010) 52.252-2 -- Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): FAR - http://farsite.hill.af.mil/vffara.htm Local Clauses - http://procnet.pica.army.mil/reference/Clauses/locals.htm 52.212-1 Addenda- QUOTE SUBMISSION This section contains quote submission instructions as well as specific quote requirements for the solicitation. The offerors quote shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a quote in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in quotes. The burden of proving acceptability remains with the offerors. General: The quote shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for quote (RFQ). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the quote. All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. US Army Contracting Command-New Jersey ACC-NJ-JA, Scott Dern Picatinny Arsenal, NJ 07806-5000 E- mail: scott.r.dern.civ@mail.mil *FOB Destination - Picatinny Arsenal, NJ* 1. Basis for Award The Government plans to award a single firm fixed price purchase order as a result of this Request for Quotation (RFQ). The evaluation of quotes shall be conducted utilizing the lowest priced technically acceptable evaluation approach. Selection of a quote for award will be based on an evaluation of quotes in the areas of Technical and Price with award being made to the quoter whose quote is the lowest priced and is technically acceptable. Under this evaluation approach, a quote would not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability. 2. Areas to be Evaluated: (1)Technical (2)Price 3. Evaluation Approach Careful, complete, and impartial consideration will be given to all quotes received pursuant to this RFQ. A team of Government personnel will evaluate each quote in the areas described below. (1) Technical: The technical portion of the quote will be rated acceptable or unacceptable based on assessment of the stated salient features above. These items are deemed critical to meet the Government's requirement. If any one of these requirements is rated as unacceptable this will result in an overall technical rating of unacceptable and the quote will not be considered any further.. (2)Price: The quoted price will be evaluated for reasonableness. The Government will evaluate quoted price per unit and overall total quoted price. Price Inconsistencies: A quote is presumed to represent an offeror's best effort to respond to the solicitation. Any inconsistency, whether real or apparent, between promised performance and price, shall be explained in the quote. Any significant inconsistencies, if unexplained, raise a fundamental issue of the offeror's understanding of the nature and scope or the work required and their financial ability to perform the contract, and may be grounds for rejection of the quote. Please complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Sam.gov. Point of Contact: Mr. Scott Dern, scott.r.dern.civ@mail.mil. Quotes must be received No Later Than 18 September 2011. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c26855d39fd88e9b2a88e8ecd76164d3)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN02881609-W 20120915/120914001219-c26855d39fd88e9b2a88e8ecd76164d3 (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.