Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21,1998 PSA#2184

Dahlgren 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