Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1997 PSA#1765

Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309

67 -- MOTION ANALYZER SYSTEM SOL F33601-97-T-0085 DUE 021197 POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr Ste 3, WPAFB OH 45433-5309, POC: C Marion, 937-257-6120 X4333, Fax No 937-257-3926. Wright-Patterson Air Force Base, OH intends to procure a 3D Motion Analyzer System able to measure and determine position data in 3D. 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. This solicitation no. F33601-97-T0085 is a Request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Fedral Acquisition Circular 90-40. This procurement is a Small Business Set-Aside. The associated Standard Industrial Code (SIC) for this procurement is 3826 and the Small Business Size Standard is 500 employees. Contract Line Item Number (CLIN) 0001 is one (1) each Motion Analyzer System; CLIN 0002 is for one lot of training for one person; CLIN 0003 is for two (2) each sets of manuals; CLIN 0004 is for one (1) each standard commercial warranty. Optional items may be proposed separately. Delivery is required within 60 days after contract award, FOB destination is Wright-Patterson AFB OH. The system shall be capable of tracking 6 different rigid bodies at a user's specified sampling rate of up to 240Hz, system must cover a volume of 1 X 1 X1 ft. up to 30 X 30 X 30 ft. (specification listed are based upon a 3 X 3 X 3 ft. volume). System accuracy: static accuracy (absolute) 0.004 inches RMS for X, Y or Z, 0.02 degree for orientation, Drift (absolute), 0.0025 degree per 10 minutes for orientation, 0.0015 inch per 10 minutes for X, Y or Z, Resolution (absolute), 0.00004 inches per inch of range, 0.0025 degrees. The system noise without filter shall be 1/200,000 (0.001 degree). Latency for 2D coordinates shall be approximately 10 milli-seconds. The system shall take less than 20 milli-seconds to generate 3D coordinates. Software Real-Time track module shall include real-time 3D and orientation -6 deg.,optional filter and documentation. The following FAR provisions apply to this solicitation: 52.212-1, Evaluation-Instruction to Offerors -- Commercial. The offer must be held open for 120 days; 52.212-2 Evaluation commercial items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: (I) technical capability of the item to meet the Government requirements. Provide information or brochures in order to evaluate proposal; (II) provide past performance including points of contacts; (III) price; in descending order of importance. Technical and past performance, when combined, are significantly more important than price. All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification -- Commercial Items (available upon request). The following FAR clause applies to this acquisition; 52.212-4, Contract Terms and Conditions -- Commmercial Items (Oct 1995), is hereby incorporated by reference. The following FAR clauses, which are cited in clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- commerical Items are applicable to this acquisition: 52.219-4 Limitation on Subcontracting. 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Verterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The following additional defense FAR clauses, which are cited in clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are Applicable to this Acquisition; 252.225-7001, Buy American Act and Balance of Payment Program. Faxed offers will not be accepted. All proposals and cummunication concerning this acquisition shall be directed to ASC/PKWOC, Attn: Cindy Marion, 1940 Allbrook Drive, Ste 3, WPAFB OH 45433-5309, (937)257-6120, extension 4333. All offers are due 4:00 PM on 11 Feb 97. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (513) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only. See Numbered Note(s): 1. (0015)

Loren Data Corp. http://www.ld.com (SYN# 0292 19970121\67-0001.SOL)


67 - Photographic Equipment Index Page