SOLICITATION NOTICE
42 -- Prototype Lighted Lifeline - SF18 SOW Clauses
- Notice Date
- 7/27/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541420
— Industrial Design Services
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Pittsburgh), Post Office Box 18070, Cochrans Mill Road, Pittsburgh, Pennsylvania, 15236-0070
- ZIP Code
- 15236-0070
- Solicitation Number
- 2018-Q-24660
- Archive Date
- 8/25/2018
- Point of Contact
- James J Ambrozic, Phone: 412-386-6690
- E-Mail Address
-
eud7@cdc.gov
(eud7@cdc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solication Clauses Prototype Lighted Lifeline, SF18, SOW, Clauses This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12, 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. QUOTERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE QUOTES RECEIVED. Quoters should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. Therefore, the initial quote should contain the quoter's best terms from a technical and price standpoint. All quotes must include the full name, address, and DUNS number of the business to be named on the purchase order as well as the full name, phone number, and email address of the person who can accept the final purchase order. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The North American Classification System (NAICS) code for this procurement is 541420 - Industrial Design- with a small business size standard of $7.5 Million. Quotes are due on Friday, August 10, 2018, by 3:00 PM EST and should be sent to the attention of James Ambrozic via email at eud7@cdc.gov. The Offeror must cite RFQ Number 2018-Q-24660 in the email subject line. Evaluation and award of the purchase will be performed in accordance with FAR 13.106-2 Evaluation of Quotations or Offers and FAR 13.106-3 Award and Documentation. The Offeror must have an active registration with the System for Account Management (SAM), prior to award of the purchase order in accordance with FAR Clause 52.204-7. The government intends to issue a firm, fixed price purchase order in accordance with FAR Part 13. The Centers for Disease Control and Prevention, National Institute for Occupational Safety and Health (NIOSH), Pittsburgh Mining Research Division (PMRD), has a need for a contractor to provide: 1) a field-worthy, lighted lifeline module; blue lighted lifeline module comprised of a master LBC, slave LBC, and 300 ft. of lifeline cable. 2) and written report documenting the design and performance. The report will, at a minimum, document the details of the Lighted Lifeline design and a minimum include the following: • Power consumption and current level for each LCB. • Laser pulse duration, pulse timing, pulse length, and CW laser power. • Measurement of luminance in cd/m2 as a function of lifeline distance between LCBs. • Backup battery life test results once an emergency is initiated. • Software documentation, • System documentation; Bill of materials, Schematic diagrams, System drawings, Instructions This project will have these 5 key Deliverables: 1: A written progress report at the completion of stage 1. Due 12 weeks ARO. 2: A written progress report at the completion of stage 2. Due 18 weeks ARO. 3: The software source code. Due 18 weeks ARO 4: A fully functional field-worthy, blue lighted lifeline module (Fig. 2 of SOW) comprised of a master LBC, slave LBC, and 300 ft. of lifeline cable. Due 18 weeks ARO 5: Written final report verifying that the requirements have been met or exceeded. (Word file preferred). Due 20 weeks ARO. The written final report must include the following system documentation also provided as electronic files. The report should be in WORD file format, 2D CAD files should be in DXF or DWG formats, and 3D CAD files should be in STEP or IGES format. Due 20 weeks ARO After evaluation of the following technical factors, award will be made to the lowest priced technically acceptable offer. Each offer will be evaluated on a pass/fail basis, so offerors are cautioned that they should submit responses in sufficient detail to enable the government to evaluate their capabilities and experience. 1. Demonstrated understanding of the contract objectives, underlying issues, scope of work, and the detailed requirements as evidenced by the completeness and soundness of the approach presented in the proposal. 2. Qualifications, skills, and experience of project personnel in the areas of: battery-backup design; custom design; mechanical, optical, and electrical engineering; laser safety compliance; laser optical measurement; laser module/controller design; Using laser applications for harsh, industrial applications. 3. Experience with developing Corning Fibrance products. 4. Demonstrated capability in completing government contracts of this magnitude and scope in a timely and successful manner. The complete statement of work, with color photos and drawings, is attached to the RFQ (SF18). COMPLETE, SIGN AND RETURN PAGE 1 OF SF18, WITH YOUR PRICE BID, INCLUDE RESPONSES TO THE 4 - "Technical Factors". NO LATER THAN 3;00 PM Eastern, Friday AUGUST 10, 2018. Questions must be submitted via email to James Ambrozic at eud7@cdc.gov no later than 3:00 PM, Tuesday, August 07, 2018. There are two Attachments to this announcement: 1. SF18, Statement of Work including photographs and drawings, FAR Clauses. 2. Clauses applicable to this synopsis/solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/CMBP/2018-Q-24660/listing.html)
- Record
- SN05009949-W 20180729/180727230659-e516791749fb932a5fcbe71abbc2a6bd (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 |