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