Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2014 FBO #4661
SOLICITATION NOTICE

23 -- Telemetry Trailer

Notice Date
8/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment 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
W911W6-14-T-0013
 
Response Due
9/4/2014
 
Archive Date
10/26/2014
 
Point of Contact
Dan Shipley, 7578783766
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(dan.m.shipley@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. The Aviation Applied Technology Directorate (AATD)/Army Contracting Command (ACC), ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, VA 23604-5577 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. The solicitation number is W911W6-14-T-0013 and is issued as a Request for Proposal (RFP). Under this number, Aviation Applied Technology Directorate (AATD)/Army Contracting Command (ACC) intends to award a firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The applicable North American Industry Classification Standard (NAICS) code is 336999. The small business size standard is 500 employees. The AATD/ACC intends to procure as a small business set aside in accordance with FAR Part 13.106-1, a commercial item purchase of one (1) Telemetry Trailer with the following specifications: (#1) Trailer Chassis - Aluminum 24' double-axle goose neck trailer with a minimum GVWR of 20,000lbs., Air Ride Suspension, Aluminum Wheels, Paint: Ford Z1 White. (Base Coat Clear Coat), Electric over Hydraulic Breaking System, Spare wheel and tire, Integrated rub wheel package, Gel Seal Undercoat (all underbody components), LED DOT Lighting, Trailer Equipped w/ LED Reverse Lights; (#2) Vehicle Body - Side wall panels fabricated from.100 quote mark thick aluminum (rivet less) with 2x2 aluminum tubular supports on 12 quote mark centers, Full perimeter aluminum skirt (.100 quote mark sheet) on 2x2 aluminum tubular supports; (#3) Roof - Roof to include 6061 aluminum and rated to a minimum of 5,000 lbs., NFPA tread plate aluminum sheeting; (#4) Leveling System - One (1) auto leveling system. Minimum capacity of two (2) times the GVWR of the chassis, Systems must be integrated to multiplexed trailer safety system; (#5) Doors and Windows - All aluminum entry door(s) must be fabricated from a minimum of.125 quote mark skin on tubular aluminum framing. Door(s) to include smoked glass window w/ FVMSS compliant black out shades, Door(s) will be equipped with fluted aluminum grab rails (NFPA compliant) w/ die cast zinc grab rail sections, Integrated retractable NFPA compliant step system. Steps will not require disassembly or removal for transport, One (1) large egress window mounted street side, One medium size window at aft end of trailer, Systems must be integrated to multiplexed trailer safety system; (#6) Compartments - Exterior accessible storage compartments to provide a minimum of 96 cubic feet of storage area. Compartments must provide LED lighting on automated switches when doors are opened, Vibration isolated generator compartment. Noise from the generator shall not exceed 60db at any point in the interior of the trailer, One (1) battery compartment, One (1) mast compartment, Compartments to be all aluminum, Compartment doors to be all aluminum double pan design (min..125 quote mark material), Systems must be integrated to multiplexed trailer safety system; (#7) Exterior Features - One (1) AC powered lateral arm awning with wind speed safety device, One (1) heavy-duty roof access ladder. (450lbs or more maximum limit), One (1) NFPA compliant exterior LED perimeter lighting package, One (1) weather station package with mounting system, interior display and interior storage space, Systems must be integrated to multiplexed trailer safety system; (#8) Mast - Minimum telescoping 40' pneumatic mast package with 220 lb payload capacity and 1 quote mark Nycoil cable management kit, Mast to retract into roof top compartment. Compartment must be engineered to house tracking antenna solution, Pneumatic telescoping light tower to be roof mounted, Systems must be integrated to multiplexed trailer safety system; (#9) Interior Features - Interior walls to include lower commercial grade fabric and upper smooth Kemlite paneling, Rear wall and ceiling to include commercial grade fabric only, Interior wall material thickness to be a minimum of 3/8 quote mark, Minimum wall, ceiling and floor insulation rating of R-13. Spray-in insulation required, Lonseal commercial grade flooring to include skid and wear resistant properties, Floor to include integrated aluminum flush mount cargo tracks w/ filler strips when not in use, Electrical and cable management raceways to run 360 around roof perimeter to provide for ease of expansion. Engineering drawings must show raceway design, Two (2) clocks with LED displays. Clocks must be able to be synchronized with GMT, Local or GPS time, White LED Interior lighting with multiple zones, including behind the instrument racks and above each work station. Lights must be flush mount fixtures with anodized aluminum housings with injection molded acrylic diffusers (no dimming wanted). LED controls must be located away from the David Clark controls, Aluminum galley cabinetry with motion latches and integrated built in microwave, refrigerator and coffee maker, All storage cabinetry shall have wire basket storage bins in the upper half of storage area, Five (5) 50lb capacity coat hangers; (#10) Electrical System - Fully integrated AC and DC electrical system panels and control devices, The AC electrical system, voltage and current, monitored with digital LED multimeter display, Minimum 100A Manual transfer switch, Sufficient 120V interior outlets. Directly powered from generator. (24 minimum, Sufficient GFCI duplex exterior outlets. (6 minimum), Sufficient UPS backed interior outlets (12 minimum), The DC electrical system, voltage and current, monitored with a digital LED multimeter display, Deep cycle battery system, 12 VDC System to include audio alarm system, Sufficient 12VDC interior outlets (4 minimum), Sufficient 12VDC exterior outlets (4 minimum), 12V Master Disconnect, Adequate converters to provide at a minimum 125% DC load calculations, One (1) Hubbell 100A shore power outlet with 50' shore cable minimum, Complete AC and DC designs and power calculation spreadsheets, wire size/type and breaker size detail to be submitted with bid proposal, Systems must be integrated to multiplexed trailer safety system; (#11) Generator - Minimum 20KW diesel commercial generator. Fuel tank must provide a minimum of 48 hours of uninterrupted service with the generator running at 1/2 load, 4-point air bag vibration isolated generator mounting base with fork lift removal points, Sound dampening air management system. Details to be submitted with proposal, Systems must be integrated to multiplexed trailer safety system; (#12) HVAC - HVAC solution to maintain interior office environment temperatures when exterior ambient temperatures range from 0 degrees Fahrenheit to 125 degrees Fahrenheit, HVAC calculations to be submitted with bid proposal; (#13) Safety Features - Smoke and CO Detector, Fire Extinguishers, Emergency Vehicle Grade Wheel Chocks, Integrate multiplexed trailer safety system must include interlock systems, reverse camera integration and wireless deployment and management functions. Package must allow for control by tablet device that can be wirelessly integrated into any tow vehicle to monitor and manage safety systems, First Aid Kit, Reflective Triangles, Mil-Spec Safety ID Plaque; (#14) Workstations - Six (6) independent Engineering Workstations with solid surface countertops on powder coated steel supports. Each work station should be a minimum of 36 quote mark wide. Rolling office chairs included at each workstation, Aluminum overhead cabinetry with motion latches. Upper half of cabinetry shall have wire bin storage system, Aluminum floor to ceiling cabinet on street side. Includes hinged doors and lockable sliding drawer. Cabinet must be engineered for night vision goggle transport. Please include engineering designs of cabinet in proposal, Workstations to include one electrical outlet above table and electrical, Cat6 spec RJ-45 ports, RF and video ports below every station at 24 quote mark intervals, One (1) freestanding four person conference table that can be removed and stowed for travel. Conference table to be same construction as workstations. Four (4) observation chairs that can be secured when not in use, Six (6) Engineering Computers. Minimum Windows 8 Professional, Intel Quad Core Processor, ASUS P8H67 REV3 Motherboard, Quadro 2000 Graphics Card, Solid State Drive (1TB), Multi Card Reader including PCMCIA, Blu-Ray Burner, Vibration isolated rack mount packages, remote desk top control ; All workstations to be equipped with IADS-TELEM-BASE software (1-Real-time server ; 1-Operator Console ; 1-Post-Test Data Server ; 1-Real-time Video Server ; 1-Batch Software ; 5-Client Displays). Software will include Software Maintenance Package, Adequate cooling shall be provided for all workstation computers, Smartronix TDS - NexT ADV/NET2-01 Advanced Network Server Software Package installed and integrated to the operator engineering console. Software includes Next-ICONN-01 ; X-5000-FS2-30-001 ; X-5000-BS-30-01 (QTY 2) ; X-5000-IRIG-01 ; X-5000-LEPROC-LN1; (#15) Phone Communications - One (1) cell booster system. Proposal must include design details, System must be integrated to multiplexed trailer safety system; (#16) Data Communications - Data cabling shall be Cat6, Two (2) 40U, vibration isolated, locking 19 quote mark EIA compliant enclosed and ventilated four-post server cabinets equipped with removable locking side panels (1/2 height), cable chase ways, cable management systems, rack shelves, and vibration isolation solutions, Vibration isolated racks to be installed on multi-action, multi-position locking industrial slide mechanisms, Racks must include ultra-quiet proportional speed fan systems for active thermal management. Thermal management plans to be included with proposal, Server racks to include all applicable hardware to provide LAN to trailer (patch cables, wire minders, field configurable patch panels, etc., Adequate Cisco managed gigabit PoE (power over Ethernet) switching and routing capacity for all trailer systems, I/O patch panels, and expansion, Provisions must be made to accommodate customer provided radios (2 minimum). The flight test engineering stations must have access, Two (2) double conversion UPS battery backups with sufficient power for all trailer systems. UPS systems will include emergency bypass packages, and include certification to operate under generator power, Systems must be integrated to multiplexed trailer safety system; (#17) Communications In/Out Panel - Two (2) all aluminum Communications I/O Panel to meet or exceed NEMA 4x Rating. Panels will be flush mount panels w/ a minimum of four (4) modular faceplates per panel. Please include detail on modular panel use to include voice/data/RF/System Control/Mast Control/ICS Integration/Future Expansion. Panels will include integrated LED lighting packages. Engineering drawings of panels must be included with proposal, One RF patch panel shall also be installed in the aft end of the trailer. Panels will be flush mount panels w/ a minimum of four (4) modular faceplates per panel.. Panels will include integrated LED lighting packages. Engineering drawings of panels must be included with proposal, Systems must be integrated to multiplexed trailer safety system; (#18) Print/Scan/Copy/Fax - One (1) color networked laser multifunction machine will be installed and include vibration isolation equipment and retention devices for transport; (#19) Radio Communications - 3x3 aluminum Radio Rail tube design. Minimum eight (8) N barrel connector locations. Design must be weather tight and incorporate gasketed quick access ports every 24-36 quote mark and dual points of entry into main trailer body. Radio Rail system is fully sealed, LMR 400 or better cabling, Two (2) bulkhead connector panels, Two (2) N-connector patch panels, Four (4) rack mounted RF patch panels, System must include integrated antenna storage, RF tune and test results to be documented and delivered with completed system. RF testing procedures must be included in proposal; (#20) Audio/Video System - One (1) audio/video HDMI matrix switch to manage sources and displays. Switch must include keypad control, One (1) 46 quote mark LED HDTV with RGB, HDMI, VGA, RJ45, Audio and DVI minimum inputs. Display must be mounted on vibration isolated mount engineered for mobile applications. All input technologies must be present in rear wall mount interface panel, Twelve (12) 24 quote mark minimum LED computer monitors will be installed on vibration isolated mounts engineered for mobile applications, One (1) 300W audio receiver wired to six (6) speakers (interior and exterior) with volume controls. Multi-zone volume control required, A David Clark Wireless Communications Package shall be installed with headsets and integrated to the CSE radio equipment; (#21) Tracking Antennae System - Zodiac Data Systems L-Band COMTRACK Dual Polarization tracking antenna will be included, mounted on the head of the mast and cabled to the electronics rack systems, SEMCO RC400-2 4U Dual Channel Receiver Combiner Package included and integrated. Package includes PC100ME2 ; PC100A1 ; PCT602C, SEMCO RC200A-2 2U Dual Channel Receiver Combiner Package included and integrated. Package includes PC100ME2 ; PCT602C, Systems must be integrated to multiplexed trailer safety system; (#22) CAD Drawings - Vendor must provide 3D CAD drawings for the interior layout, Vendor must provide 3D CAD drawings for exterior curbside, street side, front, rear, underside and overhead views, Vendor must provide 3D CAD drawings for curbside and street side slide out configuration if applicable, Vendor must provide 3D CAD drawings of mast system and intended tracking antenna integration, Vendor must provide 3D CAD drawings of electronic rack slide out systems, Vendor must provide 3D CAD drawings of generator vibration and noise isolation systems, Vendor must provide 3D CAD drawings showing 360 degree cable management systems, Vendor must provide 3D CAD drawings for engineering workstation layout and design; (#23) Additional Design Proposal Requirements - Vendor must provide complete AC and DC electrical designs and load calculations with proposal, Vendor must provide complete weight distribution calculations with proposal, Certification that interior noise levels are below 60db with the generator operating, Vendor must provide networking diagrams and spreadsheets with proposal, Vendor must provide service and support plan options and details, Vendor must provide network communications equipment thermal management design with proposal, Vendor must provide details on local warranty and service support with proposal, Vendor to be Cisco Systems certified. Certification to be submitted with proposal, Fully integrated and multiplexed safety and control system details to be included in proposal. System must be capable (at a minimum) of wirelessly displaying video from the reverse camera or other video from the system, include startup/shutdown wizards and controls, monitoring and alerting for interlock alarm states (mast(s), generator, door(s), awning(s), slide out(s), leveling system, I/O panel(s), etc. System control must include a minimum of a 7 quote mark touch screen wireless interface, Vendor to provide executive summary detailing understanding of project requirements, Vendor to provide Quality Process Control detail with proposal, Vendor to provide Project Management Process Control with proposal, Vendor to provide sample web accessibility for Project Monitoring, Vendor to provide list of reference Mobile Telemetry Engineering Solutions, Vendor must be product certified by independent 3rd party engineering firm (with proof of certification). The contract will be awarded on a small business set aside, competitive basis under the authority of Section 4202 of the Clinger-Cohen Act of 1996. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Clauses incorporated by reference include FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.232-1, Payments; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.243-1, Changes--Fixed Price; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.247-7023, Transportation of Supplies by Sea Alternate III; and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.203-6, Restrictions on Subcontractor sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information regarding Responsibility Matters; 52.219-8, Utilization of Small Business Concerns; 52.219-9, small Business Subcontracting Plan; 52.219-16, Liquidated damages - Subcontracting Plan; 52.219-28, Post Award Small Business Program Rerepresentation; 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 Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-50, Combating Trafficking in Persons; 52.222-54, Employment Eligibility Verification; 52.223-9, estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 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: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.211-7003 Item Identification and Valuation; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals, 252.225-7012; Preference for Certain Domestic Commodities; 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools; 252.226-7001, Utilization of Indian Organizations, and Native-Owned Economic enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea, and 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://www.deskbook.osd.mil/, http://farsite.hill.af.mil, http://www.arnet.gov/far. Any small business interested may respond to the requirement and submit a proposal. The Government will review and any valid proposals received within the closing date set in this notice. Any interested offeror may obtain specifications, plans, or drawings relating to this procurement from Dan Shipley at 757-878-3766 or by email at dan.m.shipley.civ@mail.mil or Linda Diedrich at 757-878-4828 or by email at linda.d.diedrich.civ@mail.mil. The successful offeror will be selected based on Technically acceptable, low priced offer and must have a positive past performance designation with the DCMA or potentially other customers which may be requested separately. Technically acceptance will be met by meeting all specifications identified herein. All prospective offerors must be actively registered in the System for Award Management (SAM) Web site www.sam.gov prior to award. The successful offeror must submit their invoices through the Wide Area Work Flow Web site http://wawf.eb.mil. Capability statements are due not later than September 4, 2014, 12:00 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Dan Shipley, Army Contracting Command, CCAM-RDT, 401 Lee Boulevard, Fort Eustis, Virginia 23604-5577 by mail or by email at Dan.m.shipley.civ@mail.mil. Point of contact is Dan Shipley at (757) 878-3766.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/247014a3037b8bccd8d6164d446f92ef)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN03484047-W 20140829/140828023215-247014a3037b8bccd8d6164d446f92ef (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.