Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2015 FBO #5000
SOLICITATION NOTICE

66 -- One (1) Laser Doppler Velocimetry (LDV) measurement system for two-dimensional particulate flow velocity measurement that includes a laser system, optical system, electronics processor,computer,and associated data acquisition software

Notice Date
7/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX15T0265
 
Response Due
9/2/2015
 
Archive Date
10/2/2015
 
Point of Contact
Nathlie M Hicks, 301-394-3985
 
E-Mail Address
ACC-APG - Adelphi
(nathlie.m.hicks.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. (i) 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. (ii) The solicitation number is W911QX-15-T-0265. This acquisition is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) The associated NAICS code is 334519. The small business size standard is 500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: One (1) Laser Doppler Velocimetry (LDV) measurement system for two-dimensional particulate flow velocity measurement that includes a laser system, optical system, electronics processor, computer, and associated data acquisition software which are in accordance to all of the requirements listed in the Salient Characteristics listed below in section 8 (vi). (Unit: Each) (vi) Description of requirements: The Government requires a Laser Doppler Velocimetry (LDV) measurement system for two-dimensional particulate flow velocity measurements which is to be delivered to Aberdeen Proving Ground, MD. The LDV measurement system shall include a laser system, optical system, electronics processor, computer and associated data acquisition software. The LDV measurement system shall include all of the following minimum requirements: 1)The laser power shall operate within the ~ 300 megawatt (mW) to 500mW range and capable of taking measurements in flame conditions. 2)The optical system shall include a beam expander, telescopic lens, and lens of sufficient focal length so that it has a standoff distance of at least 750 milimeter (mm) from the measurement zone. 3)The computer for the data acquisition software shall have random access memory (RAM) of at least 16 gigabytes (GB) and storage capacity of at least two (2) terabytes (TB) of hard drive. 4)The size of the computer monitor shall be at least 27 inches ( quote mark ) but not more than 32 inches ( quote mark ). 5)The entire system shall be mounted on an automatic, 3-axis Traverse system and include mounting hardware. Including the mounting base, the traverse distance in x, y, z directions shall be at the minimum 600mm by 600mm by 600 mm. The single step movement of the 3-axis traverse controller shall have a 10 micron or lower step resolution. 6.The jet atomizer shall seed flow during experiments and have the ability for high temperature flow (up to 3,000 degrees fahrenheit) during LDV measurements. 7.The complete LDV measurement system including all of the aforementioned parts shall be installed onsite 8.The Contractor shall provide training for five (5) Government staff for two (2) eight (8) hour days at a location and time designated by the Technical Point of Contract (TPOC). 9.The Contractor shall provide a system update and software maintenance update of the LDV system one (1) year after system installation. The Contractor shall also provide one (1) day of training for five (5) ARL staff after the LDV system's update at a time and location designated by the Government TPOC. 10.All equipment manuals to operate the LDV system, laser safety manual, and Standard Operating manual shall be included. 11.At least four (4) pairs of laser safety goggles shall be included. (vii) Delivery is required no later than six (6) months after contract award. Delivery shall be made to Army Research Laboratory, Aberdeen Proving Ground, MD. Acceptance shall be performed at ARL, APG, MD. The FOB point is ARL, APG, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria - Supplies (Tradeoff) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: 1. Expedited Delivery time of six (6) months after contract award. 2. Inclusion of a Shadow Sizing System for the LDV system. 3. Extended maintenance support and updates to include at least three (3) years of system update and preventative maintenance support for the LDV system and the software. Additionally, the support shall include one (1) day of training after each annual system update on LDV system and software. In addition to above salient characteristics, additional preferred performance specifications and the vendor's past performance history will be valued heavily even at higher cost if the offered system's capability is superior. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets or exceeds the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include three (3) relevant records of sales from the previous 24 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. The Government will select the offer most advantageous to the Government. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.219-8 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-33 52.203-3, 252.203-7000, 252.203-7005, 252.204-7011, 252.204-7012, 252.204-7015,, 252.211-7003, 252.215-7007, 252.215-7008, 252.223-7008, 252.225-7000, 252.225-7001, 252.225-7031, 252.232-7003, 252.232-7010, 252.243-7002, 252.244-7000, 252.247-7023 (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.204-4, 52.204-7, 52.209-10 52.225-25, 52.229-3, 52.243-1, 52.246-2, 52.246-16, 52.249-2, 52.252-1, 52.252-2, 252.204-0001, 252.211-7003, 252.211-7003 ALT I, 252.232-7006. 52.204-7 System for Award Management 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation 52.233-3 Protest After Award 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated By Reference 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002); 52.016-4407 TYPE OF CONTRACT (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); 52.011-4401ALT RECEIVING ROOM REQUIREMENT - APG ALTERNATIVE I (JAN 2003) APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (SEP 2010) APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509 (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 09/02/2015, by 5:00 PM EST, by email to BOTH nathlie.m.hicks.civ@mail.mil AND jennifer.m.mun.ctr@mail.mil. Please note: IT IS IMPERATIVE TO INCLUDE BOTH EMAIL ADDRESSES IN OFFER EMAIL. (xvii) For information regarding this solicitation, please contact Jennifer Mun, (301) 394-2014, jennifer.m.mun.ctr@mail.mil OR Nathlie Hicks, (301) 394-3985, nathlie.m.hicks.civ@mail.mil. Please note: NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a9e5ce79617e50bbe0d98a410bc36554)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC,434 Mulberry Point Aberdeen Proving MD
Zip Code: 21005
 
Record
SN03819988-W 20150802/150731235733-a9e5ce79617e50bbe0d98a410bc36554 (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.