The RFP Database
New business relationships start here

Automated deployable weigh-in-motion system


Tennessee, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

REQUEST FOR QUOTE:


The Tennessee Army National Guard (TNARNG) Purchasing and Contracting Office for the United States Property and Fiscal Office (USPFO) TN located at 3041 Sidco Dr. Nashville, TN, is issuing a combined synopsis/solicitation for commercial item 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; quote are being requested and written solicitation will not be issued. The North American Industry Classification System (NAICS) Code for this requirement is 333997 Scale and Balance Manufacturing with a size standard of 500 employees. This document incorporates provisions and clauses that are in effect through the Federal Acquisition Circular (FAC) 2019-03, effective 12 July 2019. The Government intends to award a Firm-Fixed price contract. This solicitation is set aside for small business only. Offers are due in this office no later than Monday, 26 August 2019 at 1:00 pm local central time. Point of contact referencing this solicitation is Sinamar Benauro at sinamar.b.benauro.civ@mail.mil. Vendor must submit offer on time to sinamar.b.benauro.civ@mail.mil in order to be consider in award process. Please refer to FAR Clause 52.212-2 for more information regarding evaluation of offer. When submitting a quote, vendor must include in their quote the following information: Number of Days Delivery, Duns and Bradstreet number, tax identification number, POC and CAGE code. All charges must be inclusive.


Seller Question Deadline: 21 August 2019 at 2:00 PM Central Time



Item Description: Deployable Automated Weigh in Motion System/Scale


ITEM# 0001; Quantity= 1 Each

Salient Characteristics:
Must meet specifications of United States Air Force (USAF) Battle Lab Initiative for Loading USAF Aircraft
- Must be no more than two people to operate the system
- Must be capable of being set/up and torn down in 30 minutes or less.
- Must be interchangeable with other currently owned Department of Defense (DOD) MH600-B scales
- Must fit into a transport cart, which is approved for USAF Aircraft
- Must be able to Interface to Transportation Coordinators'-Automated Information for Movements System II (TC-AIMS II). Must transfer of all required data to complete automated load planning function without the need to manually enter Item Identification Number and all associated data
- Must dynamically weigh and profile rolling stock to obtain axle weight, total weight and overall length, height and width & center of balance of single item or prime mover and towed vehicle without detaching towed item
- Must automatically Identify rolling stock/cargo via Radio-frequency Identification (RFID) Tag, Military Shipping Label (MSL), Bumper Number, Package ID or Transportation Control Number (TCN)
- Must have profiling Software that produces 3 Dimensional digital images for editing on computer screen
- Must weigh all types of rolling stock and cargo inventory
- Must be able to re-print MSL's
- Must be able to identify changed dimensional data in ultimate parents, hitched item and orphans
- Must be able to Identify Tare vehicles and Nested loads and produce data unique to those items
- Must be able to search equipment list via: Bumper Number, Package ID and Transportation Control Number (TCN)
- Must be able to detect multiple matching bumper numbers then drop box will be displayed to match to Unit Identification Code (UIC)
- Must be able to import and export Unit Density List (UDL)/Equipment List
- Must be able to print via wireless printer all data from weigh screen including arm length distances, vehicle speed and interface data saved accepted time stamp
- Must be able to interface with Transportation Coordinators'-Automated Information for Movements System II (TC-AIMS II)
- Static/Dynamic Weigh Scales Performance


- Salient Characteristics: Based on LS700 WIM Scales
• Qty 4, Weigh Motion Pads Each Capacity: 20,000 Lbs. / Overload Capacity: 200% Full Scale
• Scale Dimensions: MIN/MAX 42 X 24 X 1" / 107 x 61 x 2.5 cm, 120 Lbs. / 54.5 kg
• Operating Speed: 0 - 6 mph
• Static Accuracy: +/- 1% of verified gross weight or 10 lbs. whichever is greater
• Dynamic Accuracy: +/- 2% -
• Power: 110/220 Volts
• Calibration Interval: 1 Year
• Operating Temperature Range: -10 °C to 50 °C
• MH300 Solar Wireless Wheel Load Scales
• Qty 5 MH300 Capacity: 20,000 Lbs.
• Overload Capacity: 200% Full Scale
• Scale Weight: 37 Lbs. or less
• Static Accuracy: +/- 1% of verified gross weight or 50 lbs. whichever is greater
• Power: 12/110/220 Volts
• Calibration Interval: 1 Year



Profiling System


Static Accuracy
• Height (+/- 1%) and (+/- 1") of total height
• Width (+/- 1%) and (+/- 1") of total width
• Length (+/- 1%) and (+/- 1") of total length


Dynamic Accuracy
• Height (+/- 1%) and (+/- 1") of total height
• Width (+/- 1%) and (+/- 1") of total width
• Length (+/- 1%) and (+/- 3") of total length


Power: 12/110/220 Volts. At 115VAC, 15A dedicated circuit required. This circuit will power the complete system.


 Ship To POC & Address:


CW3 Adam Shannon at 615-313-0885; e-mail: adam.f.shannon.mil@mail.mil


Address:
3041 Sidco Drive
Nashville, Tn 37204


 Provision and Clauses


52.212-2 Evaluation- Commercial Items


(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) Technical- To be considered for award, offers must meet or exceed the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by: (i) Brand name, if any; and (ii) Part number or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to furnished descriptive data or other pertinent information available to the Contracting Officer; and CLEARLY DESCRIBE any and all modifications the alternative product has. Also CLEARLY DESCRIBE any changes the offeror plans to make in a products or shipping to make it conform to the solicitation requirements.


(ii) Price


(iii) Past Performance within 3 years. The government will use FAPIIS / CPARS for PAST Performance evaluation(s). No past performance will be judged as neutral.
(iv) Must be active in System of Award Management (SAM)
Technical and Price, when combined, are more important than Past Performance.


(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Not Applicable -No Options


(c) A written notice of award or acceptance of an offer, emailed 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.

End of Clause



Clauses Incorporated By Reference:



FAR 52.204-7 System for Award Management OCT 2016



FAR 52.204-13 System for Award Management Maintenance OCT 2016


FAR 52.204-16 Commercial and Government Entity Code Reporting JUL 2016


FAR 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016


FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015)


FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015


FAR 52.212-1 Instructions to Offerors--Commercial Items (Deviation 2018-O0018)


FAR 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017


FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2018)


FAR 52.222-3 Convict Labor JUN 2003


FAR 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Jan 2018)


FAR 52.222-21 Prohibition of Segregated Facilities APR 2015
FAR 52.222-26 Equal Opportunity SEPT 2016


FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)


FAR 52.246-17 Warranty of Supplies of a Noncomplex Nature JUN 2003



FAR 52.222-50 Combating Trafficking in Persons (March 2, 2015)



FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)


FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008)


FAR 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013


FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
DEC 2013


FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013)


FAR 52.233-3 Protest After Award (Aug 1996)


FAR 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004


FAR 52.243-1 Changes- Fixed Price Aug 1987


FAR 52.247-34 F.O.B. Destination NOV 1991


FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)



DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
SEP 2011


DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013


DFAR 252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2011


DFAR 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016



DFAR 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016


DFAR 252.211-7008 Use of Government-Assisted Serial Numbers SEP 2010


DFAR 252.211-7003 Item Unique Identification and Evaluation MAR 2016


DFAR 252.213-7000 Notice to Prospective Supplies on Use of Supplier Performance Risk System in Past Performance Evaluations MAR 2018


DFAR 252.225-7001 Buy American And Balance of Payments Program-Basic DEC 2017


DFAR 252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program-Basic DEC 2017


DFAR 252.225-7048 Export-Controlled Items JUN 2013


DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012


DFAR 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)


DFAR 252.232-7010 Levies on Contract Payments DEC 2006


DFAR 252.244-7000 Subcontracts for Commercial Items JUN 2013


DFAR 252.247-7023 Transportation of Supplies by Sea FEB 2019


 


 


 


Sinamar B. Benauro, Contract Specialist, Phone 6153130774, Email sinamar.b.benauro.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP