Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1997 PSA#1767

DIRECTORATE OF CONTRACTING, ATTN: STEAP-PR-C, BLDG 4118 SUSQUEHANNA BLVD, APG MD 21005-5001

69 -- HYBRID III, 50TH PERCENTILE, MALE, TEST DUMMIES SOL DAAD05-97-B-0008 DUE 021497 POC Contract Specialist Robert E. Keen (410) 278-0876 Susan A. Troccoli Contracting Officer (Site Code DAAD05) 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 notice constitutes the only solicitation; Bids are being requested and a written solicitation will not be issued. DAAD05-97-B-0008 is issued as an Invitation for Bid. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. The U.S. Army Garrison Aberdeen Proving Ground, Directorate of Contracting, Aberdeen Proving Ground, Maryland 21005-5001 has a requirement for the purchase of 2 each Hybrid III, 50th percentile, male, test dummies with an option to purchase 1 additional dummy. Each of the dummies shall include a lumbar spine assembly, Denton model 1716 six axis upper neck load cell, Denton model 1708 six axis load cell (lumbar spine), instrumented lower legs (one complete pair per dummy), Denton 2121a femur load cell, and Endevco 7264a- 2000 accelerometer (3 each for chest, head and pelvis on each dummy). Specifications are as follows: Each 50th percentile Male Hybrid III dummy shall have the following dimensions: Erect sitting height -- 34.8 inches, head length -- 8 inches, head width -- 6.1 inches, shoulder to elbow length -- 13.3 inches, back of elbow to wrist pivot length -- 11.7 inches, buttock to knee length -- 23.3 inches, knee pivot height -19.5 inches. Each 50th percentile male hybrid III dummy shall have components with the following weights: Head -- 10.0 lbs., neck -- 3.4 lbs., upper torso -- 37.9 lbs., lower torso -- 50.8 lbs., upper arms -- 8.8 lbs., lower arms and hands -- 10.0 lbs., upper legs -- 26.4 lbs., lower legs and feet -- 25.0 lbs. total weight -- 172.3 lbs. Each dummy shall have an anthropomorphic one piece cast aluminum skull and a one piece skull access cap. Both cap and skull shall be covered with vinyl skin. Each dummy shall have a rubber and aluminum segmented neck thatis capable of forward and rearward flexion. Shall have a cable through the axis of the neck that limits stretching, controls responses, and increases durability. Each dummy shall have a two piece aluminum clavicle and clavicle link assembly that have cast integral scapulae to interface with shoulder belts. Each dummy shall have six spring steel ribs with polymer based damping material that approximates human chest force deflection characteristics connected in front with a sternum assembly. Each dummy shall have a straight lumbar spine that will allow for the attachment of a six axis lumbar spine load cell. Each dummy shall have lower legs that can mount force and moment transducers. Each dummy shall have femurs that will accommodate uniaxial femur load cells. Each dummy shall have three (3) 7264a-2000 Endevco accelerometers mounted (triaxially x, y, and z) in the head. Each dummy shall have three (3) 7264a-2000 Endevco accelerometers mounted (triaxially x, y, and z)in the chest. Each dummy shall have three (3) 7264a-2000 Endevco accelerometers mounted (triaxially x, y, and z) in the pelvis. Each dummy shall have a Denton model 1716 six axis neck transducer capable of generating three force measurements (Fx, Fy, and Fz), and three moment measurements (Mx, My, and Mz). Each dummy shall have a Denton model 1708 six axis load cell installed in the lumbar spine. The load cell shall be capable of generating three force measurements (Fx, Fy, and Fz) and three moment measurements (Mx, My, and Mz). Each dummy shall have one Denton model 2121a uniaxial femur force load cell installed in each leg. Each dummy shall have Denton model 1571 instrumented lower legs. Each dummy shall be constructed of high quality machined and molded parts. Materials shall be certified, and all dimensions verified and weld quality inspected. Each dummy shall conform to Code of Federal Regulations (49CFR) part 572e specifications for hybrid III 50th percentile crash test dummy. Each dummy shall be delivered with a complete factory calibration that conforms to federal crash test calibration requirements. Each dummy shall be delivered with complete drawings, parts list, operating instructions and calibration instructions. Delivery shall be 60 days ARO, F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. Award of this solicitation shall be made to the low priced technically acceptable offeror. In order to be considered acceptable, the offeror must meet the requirements set forth above. An offeror must quote on all items in this solicitation to be eligible for award. The Government will award on an all or none basis. Evaluation of offers will be based upon the total price quoted for all items. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. All offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items, applies to this acquisition with the following additional FAR clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C 2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C 637 (d) (2) and (3); 52.222-26, Equal Opportunity (EO 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C 4212); 52.222-36, Affirmative Action for Handicapped Veterans and Veterans of the Vietnam Era (38 U.S.C 4212); 52.222-37 Employment Records of Special Disabled Veterans and Veterans of the Vietnam Era (30 U.S.C. 4212); And DFARS clause 52.247-7024, Transportation of Supplies By Sea and 52.225-7006 Buy American Act-Trade Agreements Balance of Payments Certificate, 52.233-7000 Certification of Claims and Requests for Adjustment or Relief, 52.233-2 Service of Protests, 52.233-4052 HQ -- AMC Level Protest and 52.232-28 Electronic Funds Transfer Payment Method. This solicitation is issued with a Defense Priorities and Allocation System (DPAS) rating of DOC9E which applies to any resulting contract. Offers shall be clearly marked with the solicitation number and opening time and are due at the U.S. Army Garrison, Aberdeen Proving Ground, Directorate of Contracting, Building 4118 Susquehanna Blvd., Room 130, ATTN: STEAP-PR-CT, Aberdeen Proving Ground, Maryland 21005-5001 Not Later Than 2:00 P.M. on 11 February 1997. All responsible sources may submit an offer which will be considered by this agency. Point of contact for additional information is Mr. Bob Keen, 410- (0021)

Loren Data Corp. http://www.ld.com (SYN# 0279 19970123\69-0001.SOL)


69 - Training Aids and Devices Index Page