SOLICITATION NOTICE
48 -- MTS Model 244.23 Linear Hydraulic Actuator
- Notice Date
- 12/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332919
— Other Metal Valve and Pipe Fitting Manufacturing
- Contracting Office
- ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-13-T-0002
- Response Due
- 12/18/2012
- Archive Date
- 2/11/2013
- Point of Contact
- Ann M. Calvin, (757) 878-5703
- E-Mail Address
-
ACC-RSA-AATD - (SPS)
(ann.m.calvin@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. 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 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. The solicitation number is W911W6-13-T-0002 and is issued as a Request for Quotation (RFQ). Under this number, the ACC, AATD intends to make a firm fixed price contract award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-63. The applicable North American Industry Classification Standard (NAICS) code is 332919. The small business size standard is 500 employees. AATD intends to procure CLIN 0001 one set (1) MTS Model 244.23 Linear Hydraulic Actuator, (30kip, 6in. Stroke with Control and Manifold Cable-sets); CLIN 0002 one (1) set Hydraulic Actuator Control Cables (includes 8 ea Controller Cable sets, and 5 ea Manifold Cable sets); CLIN 0003 and one (1) Additional 90GPM Servovalve Descriptions are as follows: CLIN 0001- One 30kip hydraulic actuator that meets the following specifications:Rated force capacity: +/- 35 kip, double amplitude displacement: 6 inches, (single amplitude: +/- 3 inches), double ended (piston rod extends from both sides of the equal area piston), double acting (hydraulic pressure on both sides of the equal area piston), threaded piston rod insert with 1 inch-14 internal threads, includes full stroke coaxially mounted LVDT displacement transducer, includes 90GPM servovalve (2 each), includes servovalve manifold, includes swivel base assembly, dynamic force capacity: +/- 35 kip, adjustable bearing clearance to minimize backlash, swivel angle: + 90 degrees, - 80 degrees, tilt angle: +/- 17 degrees. CLIN 0002- eight sets of controller cables that include a dual Servovalve Cable (150 ft. length), load Cell Cable with PT Connector (150 ft. length), LVDT Cable (150 ft. length), 3-Stage Servovalve LVDT Cable (150 ft. length), and a PT to MS Adapter cable. CLIN 0003- five sets of (150 ft. length) manifold cables with MS type connectors.ACC intends to award a Firm Fixed Price purchase order on a sole-source basis under the authority of FAR clause 13.106-1(b) (1). The intended source for these components is MTS Systems Corporation located at 1400 Technology Drive, Eden Prairie, MN 55344-2247.Delivery of these items is expected to be seventy-five (75) days to ninety (90) days After Receipt of Order. Delivery, Inspection, Acceptance and F.O.B Point are destination AATD, Fort Eustis, VA. The provision at FAR 52.212-1, Instructions to Offerors-Commercial items, applies to this acquisition without addenda to the provision. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications Commercial items, with their offer. The following FAR/DFARS clauses are applicable to this acquisition and are incorporated by reference; 52.204-99 (Dev.) System for Award Management Registration (Deviation) AUG 2012; all prospective offerors must be actively registered in the System for Award Management Registration site prior to award. The full text of the clauses or provisions may be accessed electronically at one of the following links: http://www.deskbook.osd.mil/, http://farsite.hill.af.mil, The successful offeror must submit their invoices through the Wide Area Workflow Web site http://wawf.eb.mil and must be in good standing. FAR 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition without addenda; 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Work Product; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; and DFARS 252.246-7000, Material Inspection and Receiving Report. The following clauses incorporated by reference cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply: 52.203-3 Gratuities; 52.222-50 Combating Trafficking in Persons; 52.203-6 Restrictions on Subcontract Sales to the Government, with Alternate I; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer,52.233-3, Protest after Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III; and 252.247-7024, Notification of Transportation of Supplies by Sea. Firms that can meet the requirements identified in this notice may identify their interest and capability to respond to the requirement and submit a quote to the specialist identified below. All responsible sources that submit an offer will be considered. Quotes are due not later than December 18, 12:00 p.m. EST and shall be submitted by email to ann.m.calvin.civ@mail.mil (Ann M. Calvin) Contracting Officer point of contact is Elizabeth A. Jackson at 757-878-2100 or at elizabeth.a.jackson.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bb0372298ac5d0ea4aae6b4d7a1cf442)
- Place of Performance
- Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Zip Code: 23604-5577
- Record
- SN02948009-W 20121215/121213234128-bb0372298ac5d0ea4aae6b4d7a1cf442 (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 |