|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21,1998 PSA#2184Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road,
Dahlgren, VA 22448-5100 H -- WIND TUNNEL TESTING SOL N00178-99-R-1006 DUE 100198 POC Sharon M.
Jones, Contract Specialist, Code SD115, (540)653-7478, or Paul Learn,
Contracting Officer WEB: NSWCDD Dahlgren Laboratory Procurement
Division Web, http://www.nswc.navy.mil/supply. E-MAIL: Contract
Specialist for N00178-99-R-1006, jonessm@nswc.navy.mil. 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 announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. The solicitation number is
N00178-99-R-1006. The solicitation is issued as a request for proposal.
The RFP and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 90-11. This RFP is not a
set-aside. The standard industrial classification code is 8734. The
Dahlgren Division, Naval Surface Warfare Center intends to enter into
negotiations on a sole source basis with Micro Craft, Trisonic Wind
Tunnel, 400 Duley Road, El Segundo, CA 90245. CLIN 0001 conduct wind
tunnel test of the "Best Buy Projectile. Perform pretest engineering;
including plans and procedures for test operation, data acquisition,
software preparation, support system installation, facility
instrumentation setup/calibration and pre-installation model assembly
and checkout. Design and fabricate a new sting. Install and remove
model. Perform test program (304 blows). Supplied wind tunnel 2/3 scale
model shall be compatible with an Able-type internal force balance. For
this test, the model will be compatible with a 2.5 inch MK XB balance.
The model length shall be 74 inches, and the model OD shall be 3.3067
inches (2/3x4.96). The center body balance adapter sleeve thickness
will be approximately 0.403 inches. The new sting shall be constructed
to accommodate the small base diameter ensuring that a minimum safety
factor of at least 1.92 is maintained to handle tunnel loads on the
model, provide adequate clearance to prevent fouling. Base and balance
cavity pressure measurements, for calculation of model base drag,
shall be measured using individual + and -- 15psid Endevco pressure
transducers. To improve operational efficiency, all Mach numbers shall
be provided at minimum Reynolds numbers. All aerodynamic data shall be
collected in a "sweep type" mode, with angle of attack varied at a rate
of 5 degrees per second. The straight sting installation shall allow
for multiple pitch sweeps per tunnel operation when possible. Angles of
attack from -15 degrees to +20 degrees, at roll angles from +90 degrees
to -180 degrees, shall be available for this test program. All
requested aerodynamic force, moment, and pressure data will be
supplied. Test personnel shall have on-line data analysis via the test
facility computer system. Standard 35mm and VHS photographic coverage
of the model installation, testing and any flow visualization shall be
provided. CLIN 0002- Provide an informal test summary report which
contains installation information, a completed run schedule, test
conditions, data accuracy and one copy of all final tabulated data with
a magnetic media record of these data. The test, CLIN 0001, shall be
conducted by 31 January 1999. The report. CLIN 0002, shall be provided
by 15 February 1999. The place of delivery is NAVSURFWARCEN, Dahlgren
Division, 17320 Dahlgren Road, Dahlgren, Division 22448-5100. The
delivery is F.O.B. Destination. Acceptance is at destination. The
following FAR clauses apply to this acquisition: 52.212-1, Instructions
to Offerors-Commercial, Offeror's Representations and
Certifications-Commercial items, Offerors must include a completed copy
of 52.212-3, Offeror Representations and Certifications-Commercial
Items., 52.212-4, Contract Terms and Conditions-Commercial Items
applies to this acquisition, 52.212-5 Contract Terms and Conditions
Required To Implement Statues or Executive Orders-Commercial Items,
applies to this acquisition and a statement regarding which, if any, of
the additional FAR clauses cited in the clause are applicable to the
acquisition. This acquisition has a Defense Priorities and Allocations
system rating of DO-S10. Quotes may be mailed to Contracting Officer,
Attn: SD115/Jones/Bldg 183/Room 102, NAVSURFWARCEN Dahlgren Division,
17320 Dahlgren Road, Dahlgren, VA 22448-5100 or faxed to
(540)653-7088; solicitation number must be cited in either case. The
quote must be for the items described above; be FOB destination to this
Center; include the proposed delivery schedule and discount/payment
terms and warranty duration (if applicable); and be signed by an
authorized company representative. Offerors should include their
taxpayer identification number (TIN), Cage Code number, and DUNS
number. Quotes are due by 2:00 PM Eastern Standard time on 1 October
1998; therefore all offerors should consider the EFFECTIVE DATE WITHIN
YOUR QUOTE. All timely quotes received will be considered. All
responsible sources may submit a quotation which shall be considered by
this agency. Quotes must include conformance of effective date of
award, adequate information and submittals to determine whether the
proposed items will meet all the requirements described above. An
offeror must quote on all items in this solicitation to be eligible for
award. The Government intends to make a single award to the responsible
offeror whose total offer on all items is the most advantageous to the
Government considering price and other factors. The following factors
shall be used to evaluate offers: Technical capability of the item
offered to meet the Government requirement; price; and past
performance. These evaluation items are listed in descending order of
importance. Product literature is recommended for technical
information. Provide supporting cost data. Award is anticipated within
30 days of the date quotes are due. 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.
Before the offer's specified expiration time, the Government may accept
an offer (or part of an offer), whether or not there are negotiations
after its receipt, unless a written notice of withdrawal is received
before award. Questions regarding this acquisition should be directed
to Sharon Jones at (540) 653-7478. "See Note 22". The Naval Surface
Warfare Center, Dahlgren Division, Dahlgren Laboratory Procurement
Division is implementing Electronic Commerce (EC) in the acquisition
area, therefore synopsis/solicitation with any applicable amendments
will be available on the World Wide Web at
http://www.nswc.navy.mil/supply. After 1 October 1997, solicitations
and amendments will only be available at the above Web Site. Hard
copies WILL NOT be provided. Vendors should regularly access the NSWCDD
Web Site to ensure they have downloaded all amendments. For
solicitations issued after 1 June 1998, DoD will no longer award
contracts to Contractors not registered in the Central Contractor
Registration (CCR) data base. Registration may be done by assessing the
CCR Web site at http://www.acq.osd.mil/ec. Registration may be done via
dial up modem at (614)692-6788 (User ID:ccrpub; Password: pub2ccri).
Any certified value added network (VAN) can be used for registration.
Apaper registration form may be obtained from the DoD Electronic
Commerce Information Center at 1(800)334-3414. Posted 09/17/98
(W-SN251040). (0260) Loren Data Corp. http://www.ld.com (SYN# 0039 19980921\H-0001.SOL)
H - Quality Control, Testing and Inspection Services Index Page
|
|