Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2017 FBO #5634
SOLICITATION NOTICE

58 -- Inertial Navigation System - Package #1

Notice Date
4/25/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-T-0089
 
Archive Date
5/20/2017
 
Point of Contact
Charrissa Stancell, Phone: 4438614734
 
E-Mail Address
charrissa.m.stancell.civ@mail.mil
(charrissa.m.stancell.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification Specifications 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement is W91ZLK-17-T-0089. This requirement is being competed as a Brand Name,100% small business set-aside. The associated North American Industry Classification System (NAICS) Code 334511 which has a business size standard of 1,250 employees. The Government contemplates the award of a Firm-Fixed-Price (FFP) purchase order to the Lowest Price Technically Acceptable offer. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.1. Specifications Inertial Navigation System Honeywell TALIN model 6000 INU p/n HG97: 1. Weight < 13lbs. 2. Form Factor, not to exceed: 5.5H x 7.7W x 8.7L inches, excluding mounting flanges and connectors. 3. Measurement communication: RS-422 serial @ 100Hz, minimum update rate. 4. Capable of operating from 18 - 32 volt dc power; 50 watts maximum. 5. Azimuth (heading) accuracy within +/- 65 degrees latitude: better than 0.5 mils RMS, without the use of external antennas. 6. Pitch and roll angle accuracy: better than 0.25 mils RMS, without the use of external antennas. 7. Shall operate over the temperature range of -40 to +70 degrees Celsius. 8. Shall have a demonstrated MTBF of > 50000 hours when hard mounted (i.e. without a shock-mounting tray) to a weapon system on a military vehicle. 9. Shall be capable of self-alignment in less than 20 minutes from power application,requiring no external antennas to do so. Manuals: Manuals/electronic storage devices containing operating and maintenance instructions and drawings/schematics will be provided, as required. The vendor shall be responsible for delivering the required supplies to the following receiving warehouse: Receiving Warehouse Address: Aberdeen Test Center (ATC) Building 358 Michaelsville Road Aberdeen Proving Ground MD 21005-5059 (443) 643-7739 Please see attached Specifications for complete details. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. In order to be considered technically acceptable, Contractor responses shall provide: a. Information in enough detail to show that the Contractor is able to meet the requirements of the Specifications b. Point of contact name and contact information, company CAGE code and DUNS number Partial quotes will not be evaluated by the Government. The Government may reject any proposal that is evaluated to be unrealistic in terms of program requirements, contract terms or conditions, or an unrealistic high or low price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer via email no later than 12:00p.m. Eastern Time, Wednesday May 3, 2017, to charrissa.m.stancell.civ@mail.mil Quotes are due via email no later than Friday, May 05, 2017 at 2:00PM EST to charrissa.m.stancell.civ@mail.mil Late submissions will not be accepted. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d75b2f06fe72c84b67c7eeb16a80daed)
 
Place of Performance
Address: Aberdeen Test Center (ATC), Building 358 Michaelsville Road, Aberdeen Proving Ground MD 21005-5059, Aberdeen, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04484299-W 20170427/170425234432-d75b2f06fe72c84b67c7eeb16a80daed (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.