The RFP Database
New business relationships start here

DTS Slice Micro Data Acquisition System (DAS) Brand Name or Equal (USAARL)


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

COMBINED SYNOPSIS/SOLICITATION INSTRUCTIONS


1. Issue Date: 11 August 2017; Close Date: 28 August 2017 1:00 PM EST


2. Contracting Activity: U.S. Army Medical Research Acquisition Activity (USAMRAA) located at 820 Chandler Street, Fort Detrick, MD 21702.


3. Requiring Activity: U.S. Army Aeromedical Research Laboratory (USAARL) located at 6901 Ferrell Road, Fort Rucker, AL 36362-0577.


4. Subject: Brand Name or Equal Diversified Technical System (DTS), Inc. Slice Micro Data Acquisition System (DAS) New Equipment and Calibration.

5. Solicitation Number: W81XWH-17-T-0373


6. Description of Requirement: The USAARL has a requirement for a Firm Fixed Price (FFP) brand name or equal DTS Slice Micro DAS New Equipment and Calibration. The Minimum Essential Characteristics (MECs) are included in the attached Request for Quote (RFQ) as Table 1.


6.1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will be not be issued.


6.2 This combined synopsis/solicitation issued as a Request for Quote (RFQ).


6.3 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87; 07 March 2016.


6.4 This acquisition is a small business set-aside. The North American Industry Classification System (NAICS) code is 339112, Surgical and Medical Instrument Manufacturing, with a size standard of 1000 employees.


6.5 Contract award shall be made on a small business set-a-side best value basis using "Lowest Price, Technically Acceptable (LPTA)" approach.


6.6 The Contract Line Items (CLINs) numbers and items, quantities units of measure, and description are identified under the Supplies/Services Section of the RFQ.


6.7 The anticipated date of delivery is 30 days after contract award with shipping Free On Board (FOB) Destination IAW FAR 52.247-34.


6.8 FAR provision 52.212-1 Instructions to Offerors- Commercial Items including the Addendum applies to this acquisition and the attached RFQ.


6.9 FAR provision 52.212-2 Evaluation-Commercial Items applies to this acquisition including the Addendum contacted in the attached RFQ.


6.10 Offerors responding to this combined synopsis/solicitation shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications- Commercial Items with its quote.


6.11 The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. Additional contract requirements and terms and conditions are identified in the attached RFQ.


6.12 The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. See the clause for additional FAR clauses cited and marked which are applicable to this acquisition.


7. Point-of-Contract: The point-of-contact for this acquisition is Ms. Shylonda Minter, Contract Specialist, shylonda.y.minter.civ@mail.mil. No telephone calls will be accepted.



8. Instructions for the Preparation and Submission of Quotes:


8.1. Quotes shall be prepared in accordance with this solicitation and FAR provision 52.212-1 Instructions to Offerors- Commercial Items including the Addendum which is included with the attached RFQ.


8.2. All quotes shall be evaluated in accordance with the evaluation criteria identified in the Addendum to FAR 52.212-2 Evaluation-Commercial Items included with the attached RFQ.


8.3. The Government reserves the right to reject any or all quotes, and to award no contract at all, depending on the quality of the quote(s) submitted and the availability of funds.


8.4. Questions shall be submitted via e-mail to Ms. Shylonda Minter, Contract Specialist, shylonda.y.minter.civ@mail.mil no later than 21 August 2017 at 1:00 PM EST. Questions received after this date will not be accepted. An Amendment to this RFQ will be posted to FedBizOpps with responses to the questions received. Only one set of questions per Contractor will be accepted. No telephone calls will be accepted.


8.5. Quotes in response to this RFQ are due via e-mail no later than 28 August 2017 at 1:00 PM EST to Ms. Shylonda Minter, Contract Specialist, shylonda.y.minter.civ@mail.mil.


8.6. The Offeror shall agree to honor proposed prices for 60 calendar days from the due date for receipt of quotes.



Section SF 1449 - CONTINUATION SHEET


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 2 Each
SLICE MICRO BASE CALIBRATION
FFP
SLICE MICRO BASE +CALIBRATION. FULL FUNCIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE j311 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002 5 Each
SLICE MICRO BRIDGE CALIBRATION
FFP
SLICE MICRO BRIDGE CALIBRATION. FULL FUNCTIONALITY TESTS NIST TRACEABLE CALIBRATION. CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487. CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003 1 Each
SLICE MICRO TRIAX ARS PRO
FFP
SLICE MICRO TRIAX ARS CALIBRATION. CALIBRATION OF 3 ANGULAR RATE SENSORS AND BRIDGE, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION. CHECK FOR CONFROMANCE WITH SAE J211 AND ISO 6487. CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0004 1 Each
SLICE MICRO TRIAX ARS CALIBRATION
FFP
SLICE MICRO TRIAX ARS CALIBRATION. CALIBRATION OF 3 ANGULAR RATE SENSORS AND BRIDGE, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION. CHECK FOR CONDFORMANCE WITH SAE J211 AND ISO6487. CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0005 3 Each
SLICE NANO BASE
FFP
SLICE NANO BASE+ (5000G) CALIBRATION. FULL FUNCTIONALITY TESTS. NIST TRACEALE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0006 4 Each
SLICE NANO BRIDGE CALIBRATION
FFP
SLICE NANO BRIDGE CALIBRATION FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0007 6 Each
SLICE NANO STACK BATTERY CALIBRATION
FFP
SLICE NANO STACK BATTERY CALIBRATION. CHECK FUNCTIONALITY AND PERFORMANCE TO ORIGINAL FACTORY SPECIFICATIONS. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0008 3 Each
SLICE PRO SIM CALIBRATION
FFP
SLICE PRO SIM CALIBRATION (18 CH) FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0009 5 Each
OPTION TDAS G5 DAS MODULE CALIBRATION
FFP
TDAS G5 DAS MODULE CALIBRATION (32 CH) FULL FUNCIONALITY TEST. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0010 18 Each
ARS/ARS 18 K CALIBRATION
FFP
ARS/ARS PRO-18K CALIBRATION, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH ANSI/NCSL Z540-1-1994, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0011 6 Each
ARS/ARS 12K CALIBRATION
FFP
ARS/ARS PRO-12K CALIBRATION, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH ANSI/NCSL Z540-1-1994, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0012 2 Each
SLICE BASE
FFP
SLICE BASE/BASE + CALIBRATION BA50564. FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0013 6 Each
SLICE BRIDGE CALIBRATION
FFP
SLICE BRIDGE CALIBRATION BR1337, BR1385, BR1436, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0014 15 Each
ARS/ARS PRO 50K CALIBRATION
FFP
ARS/ARS PRO 50K CALIBRATION. FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH ANSI/NCSL Z540-1-1994, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0015 1 Job
MISCELLANEOUS REPAIRS
FFP
MISCELLANEOUS REPAIRS. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0016 3 Each
SLICE MICRO BASE
FFP
SLICE MICRO BASE. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0017 3 Each
SLICE MICRO TRIAX ACCEL 500G
FFP
SLICE MICRO TRIAX ACCEL 500G. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0018 3 Each
SLICE MICRO TRIAX ARS PRO
FFP
SLICE MICRO TRIAX ARS PRO. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0019 9 Each
SLICE MICRO BRIDGE
FFP
SLICE MICRO BRIDGE. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 



DELIVERY INFORMATION


CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC

0001 30 dys. ADC 2 W03Y USA AEROMED RSCH LAB
MS LESLIE WILLS
6901 BLDG 6901
FERRELL RD
FORT RUCKER AL 36362-5152
334-255-7632
FOB: Destination W31NWX

0002 30 dys. ADC 5 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0003 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0004 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0005 N/A N/A N/A N/A

0006 N/A N/A N/A N/A

0007 N/A N/A N/A N/A

0008 N/A N/A N/A N/A

0009 N/A N/A N/A N/A

0010 N/A N/A N/A N/A

0011 N/A N/A N/A N/A

0012 N/A N/A N/A N/A

0013 N/A N/A N/A N/A

0014 N/A N/A N/A N/A

0015 N/A N/A N/A N/A

0016 N/A N/A N/A N/A

0017 N/A N/A N/A N/A

0018 N/A N/A N/A N/A

0019 N/A N/A N/A N/A


 


 


INSPECTION AND ACCEPTANCE TERMS


Supplies/services will be inspected/accepted at:


CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY
0001 Destination Government Destination Government
0002 Destination Government Destination Government
0003 Destination Government Destination Government
0004 Destination Government Destination Government
0005 Destination Government Destination Government
0006 Destination Government Destination Government
0007 Destination Government Destination Government
0008 Destination Government Destination Government
0009 Destination Government Destination Government
0010 Destination Government Destination Government
0011 Destination Government Destination Government
0012 Destination Government Destination Government
0013 Destination Government Destination Government
0014 Destination Government Destination Government
0015 Destination Government Destination Government
0016 Destination Government Destination Government
0017 Destination Government Destination Government
0018 Destination Government Destination Government
0019 Destination Government Destination Government


Section SF 1449 - CONTINUATION SHEET


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 2 Each
SLICE MICRO BASE CALIBRATION
FFP
SLICE MICRO BASE +CALIBRATION. FULL FUNCIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE j311 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT




ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002 5 Each
SLICE MICRO BRIDGE CALIBRATION
FFP
SLICE MICRO BRIDGE CALIBRATION. FULL FUNCTIONALITY TESTS NIST TRACEABLE CALIBRATION. CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487. CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT




ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003 1 Each
SLICE MICRO TRIAX ARS PRO
FFP
SLICE MICRO TRIAX ARS CALIBRATION. CALIBRATION OF 3 ANGULAR RATE SENSORS AND BRIDGE, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION. CHECK FOR CONFROMANCE WITH SAE J211 AND ISO 6487. CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT




ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0004 1 Each
SLICE MICRO TRIAX ARS CALIBRATION
FFP
SLICE MICRO TRIAX ARS CALIBRATION. CALIBRATION OF 3 ANGULAR RATE SENSORS AND BRIDGE, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION. CHECK FOR CONDFORMANCE WITH SAE J211 AND ISO6487. CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0005 3 Each
SLICE NANO BASE
FFP
SLICE NANO BASE+ (5000G) CALIBRATION. FULL FUNCTIONALITY TESTS. NIST TRACEALE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT




ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0006 4 Each
SLICE NANO BRIDGE CALIBRATION
FFP
SLICE NANO BRIDGE CALIBRATION FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0007 6 Each
SLICE NANO STACK BATTERY CALIBRATION
FFP
SLICE NANO STACK BATTERY CALIBRATION. CHECK FUNCTIONALITY AND PERFORMANCE TO ORIGINAL FACTORY SPECIFICATIONS. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT




ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0008 3 Each
SLICE PRO SIM CALIBRATION
FFP
SLICE PRO SIM CALIBRATION (18 CH) FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT




ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0009 5 Each
OPTION TDAS G5 DAS MODULE CALIBRATION
FFP
TDAS G5 DAS MODULE CALIBRATION (32 CH) FULL FUNCIONALITY TEST. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT




ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0010 18 Each
ARS/ARS 18 K CALIBRATION
FFP
ARS/ARS PRO-18K CALIBRATION, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH ANSI/NCSL Z540-1-1994, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0011 6 Each
ARS/ARS 12K CALIBRATION
FFP
ARS/ARS PRO-12K CALIBRATION, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH ANSI/NCSL Z540-1-1994, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT




ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0012 2 Each
SLICE BASE
FFP
SLICE BASE/BASE + CALIBRATION BA50564. FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0013 6 Each
SLICE BRIDGE CALIBRATION
FFP
SLICE BRIDGE CALIBRATION BR1337, BR1385, BR1436, FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH SAE J211 AND ISO 6487, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT




ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0014 15 Each
ARS/ARS PRO 50K CALIBRATION
FFP
ARS/ARS PRO 50K CALIBRATION. FULL FUNCTIONALITY TESTS. NIST TRACEABLE CALIBRATION, CHECK FOR CONFORMANCE WITH ANSI/NCSL Z540-1-1994, CALIBRATION DOCUMENTATION. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT




ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0015 1 Job
MISCELLANEOUS REPAIRS
FFP
MISCELLANEOUS REPAIRS. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0016 3 Each
SLICE MICRO BASE
FFP
SLICE MICRO BASE. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT




ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0017 3 Each
SLICE MICRO TRIAX ACCEL 500G
FFP
SLICE MICRO TRIAX ACCEL 500G. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT


 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0018 3 Each
SLICE MICRO TRIAX ARS PRO
FFP
SLICE MICRO TRIAX ARS PRO. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT




ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0019 9 Each
SLICE MICRO BRIDGE
FFP
SLICE MICRO BRIDGE. See Mission Essential Characteristics (MECs) and Performance Work Statement (PWS) for detailed description of product.
FOB: Destination


NET AMT





DELIVERY INFORMATION


CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC

0001 30 dys. ADC 2 W03Y USA AEROMED RSCH LAB
MS LESLIE WILLS
6901 BLDG 6901
FERRELL RD
FORT RUCKER AL 36362-5152
334-255-7632
FOB: Destination W31NWX

0002 30 dys. ADC 5 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0003 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0004 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0005 30 dys. ADC 3 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0006 30 dys. ADC 4 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0007 30 dys. ADC 6 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0008 30 dys. ADC 3 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0009 30 dys. ADC 5 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0010 30 dys. ADC 18 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0011 30 dys. ADC 6 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0012 30 dys. ADC 2 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0013 30 dys. ADC 6 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0014 30 dys. ADC 15 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0015 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0016 30 dys. ADC 3 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0017 30 dys. ADC 3 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0018 30 dys. ADC 3 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX

0019 30 dys. ADC 9 (SAME AS PREVIOUS LOCATION)
FOB: Destination W31NWX


 


INSPECTION AND ACCEPTANCE TERMS


Supplies/services will be inspected/accepted at:


CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY
0001 Destination Government Destination Government
0002 Destination Government Destination Government
0003 Destination Government Destination Government
0004 Destination Government Destination Government
0005 Destination Government Destination Government
0006 Destination Government Destination Government
0007 Destination Government Destination Government
0008 Destination Government Destination Government
0009 Destination Government Destination Government
0010 Destination Government Destination Government
0011 Destination Government Destination Government
0012 Destination Government Destination Government
0013 Destination Government Destination Government
0014 Destination Government Destination Government
0015 Destination Government Destination Government
0016 Destination Government Destination Government
0017 Destination Government Destination Government
0018 Destination Government Destination Government
0019 Destination Government Destination Government


PWS
PERFORMANCE WORK STATEMENT (PWS) for DTS Calibration Services


INTRODUCTION
U.S. Army Aeromedical Research Laboratory (USAARL) is located in Fort Rucker, Alabama and is a subordinate research laboratory command under the U.S. Army Medical Research and Materiel Command, located in Frederick, MD at Fort Detrick.
USAARL aims to provide medical research in the military operations environment to sustain the Warfighter's performance by delivering medical research, developing, testing, and evaluating solutions to air and ground Warriors. USAARL conducts medical research to develop and provide the biomedical basis for countermeasures that prevent and mitigate Warrior injury. Specifically, the Lab's research includes developing return-to-duty standards for Soldiers suffering from neurosensory injuries, mild traumatic brain injuries, determining the effectiveness of life support equipment, and preventing and mitigating ground- and air-crew biomechanical injuries.
Today, USAARL's mission has expanded to cover research preventing and mitigating aviator and ground warrior injuries. However, the mission would not be accomplished without USAARL's team of physicians, engineers, scientists, psychologists, pilots, and administrators. USAARL applies its medical, psychological, and physiological knowledge and skills to optimize systems for the end user - the U.S. Army Warfighter. In doing so, the Laboratory has had an immeasurable effect on improving Army systems and has helped save countless lives.


BACKGROUND
Several DTS Data Acquisition Systems (DAS) and additional instrumentation have been procured and delivered to USAARL since 2004, including: TDAS G5, SLICE MICRO, SLICE NANO, SLICE Pro, angular rate sensors (ARS), and products of a Small Business Innovative Research (SBIR) project for Personal High Rate Recorders. All DAS have received annual calibration/maintenance since purchase. At present, all DAS work appropriately; there are no issues with functionality, nor have any parts needed replacement or repair. USAARL requires services for inspection, calibration, and/or maintenance/repair/replacement of parts for both systems.
PURPOSE AND OBJECTIVE OF THE PROCUREMENT
The purpose of this procurement is to obtain annual services to inspect, calibrate, and/or maintain (i.e. repair/replacement of parts) existing USAARL DTS DAS and instrumentation outlined in the Table 1. The inspection, calibration, maintenance services shall be performed at Contractor's site. Shipping to contractor will be at Government's expense. Return shipping will be at Contractor's expense. Repair and/or replacement of parts shall be provided, if needed.

Table 1.
Model No. Description Quantity
SM-BA / 13000-10011 SLICE MICRO Base/Base+ 2
SM-BR / 13000-10020 SLICE MICRO Bridge 5
SM-AC-2000 SLICE MICRO Accelerometer (2000G) 1
SM-AR-12K SLICE MICRO ARS (12k) 1
13000-20013 / 13000-20103 SLICE Nano Base (5000G) 3
13000-20061 SLICE Nano Bridge 4
13000-20031 SLICE Nano Battery 6
1300-75239 SLICE PRO (18 Channels) 3
TDAS-G5-M32 G5 DAS 5
ARS PRO-18K ARS 18K 18
ARS-12K ARS 12K 6
ARS-50K ARS 50K 15
SBIR Personal High Rate Recorder
(each includes 1 MICRO Base and 3 MICRO Bridges) 2


NOTE: The Government reserves the right to add additional DTS systems to this requirement throughout the life of the contract. If required by the Government, separate pricing will be obtained from the Contractor.


CONTRACTOR TASKS/REQUIREMENTS
Task 1: Contractor technicians shall be factory trained, or equivalent, in the servicing of this equipment.


Task 2: The Contractor shall inspect and calibrate the equipment identified above in accordance with manufacturer specification of operational performance and in conformance with SAE J211 and ISO 6487.


Task 3: The Contractor shall provide a "failure" report AND a written estimate of cost (i.e. quote) for any repair/replacement of parts to the COR within 15 calendars days of inspection and/or calibration. The Contractor shall wait for COR instruction/approval prior to taking any action regarding the repair or replacement of any part. The COR will provide direction to the Contractor with 15 calendars days of receipt of quote.


Task 4: The Contractor shall ship, at contractor's expense, DAS equipment back to USAARL upon completion of calibration/repair/replacement. Upon request of COR, Contractor shall provide a "Request Merchandise Authorization (RMA)" or a "Return Authorization (RA)" when the DAS requires calibration. The shipping label will contain the RMA/RA number as identification when the DAS is shipped to the Contractor.


DELIVERABLES
a) The Contractor shall provide calibration documentation, hard copy and/or electronically, for each DAS/instrumentation "successfully calibrated" to the COR within 15 calendars days of calibration. The documentation shall state, at a minimum, each DAS is within manufacturer specification of operational performance and in conformance with SAE J211 and ISO 6487.


b) The Contractor shall provide a written failure report AND a price quote associated with the cost of repair or replacement for any equipment that does not meet manufacturer specification of operational performance to the COR within 15 calendars days of calibration. After repair/replacement written documentation shall state, at a minimum, each DAS is within manufacturer specification of operational performance and in conformance with SAE J211 and ISO 6487.


c) The Contractor shall ship, at contractor's expense, equipment back to USAARL upon completion of calibration/repair/replacement. Upon request of COR, Contractor shall provide a "Request Merchandise Authorization (RMA)" or a "Return Authorization (RA)" when the DAS requires calibration. The shipping label will contain the RMA/RA number as identification when the DAS is shipped to the Contractor.


d) The Contractor shall report and provide a written estimate of cost (quote) to the COR for any repair/replacement of parts within 15 calendars days of inspection and/or calibration.


e) The Contractor shall report contract‐related information in accordance with the Contractor Manpower Reporting (CMR) clause by 31 October of each year to the CMR website at: https://cmra.army.mil.


GOVERNMENT-FURNISHED PROPERTY
The COR shall contact the Contractor for a Request Merchandise Authorization (RMA) or Return Authorization (RA) when the DAS requires calibration. The Government will ship the DAS to the Contractor, at Government's expense. DAS shall be identified with the RMA/RA number.


SECURITY AND SAFEGUARD METHODS
a) The Contractor shall establish appropriate administrative, technical, and physical safeguards to protect any and all Government data. The Contractor shall ensure the confidentiality, integrity, and availability of Government data is in compliance with all applicable laws and regulations, including data breach reporting and response requirements, in accordance with DFARS Subpart 224.1 (Protection of Individual Privacy), which incorporates by reference DoD 5400.11, "DoD Privacy Program," May 8, 2007, and DoD 5400.11-R, "DoD Privacy Program," May 14, 2007. The Contractor shall also comply with federal laws relating to freedom of information and records management.


b) The Contractor must provide analyzed data within the established timeframe.


ANTITERRORISM / OPERATIONS SECURITY REQUIREMENTS
For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13); applicable installation, facility and area commander installation and facility access and local security policies and procedures (provided by Government representative); or, at OCONUS locations, in accordance with status-of-forces agreements and other theater regulations.


QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)
The QASP is a tool used by the Government (i.e. COR) as a way to assess Contractor performance. The following performance based service acquisition items will be monitored under this QASP and shall be uploaded to the Virtual Contractor Enterprise (VCE) at https://cor.army.mil on a monthly basis by the COR:


See attachment - Quality Assurance Surveillance Plan


TRAVEL
None.


PERIOD OF PERFORMANCE
The period of performance shall be one (1) calendar year from the date of contract award with four (4) renewable one year option periods.


CONTRACTOR MANPOWER REPORTING
Input for Contract Services information in the web site operated and maintained by the Assistant Secretary of the Army (Manpower & Reserve Affairs). See the "Contractor Manpower Reporting" clause for specific reporting information. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. The Contractor shall provide evidence of compliance with the CMR requirement to the Contractor Officer's Representative, Contract Specialist, and Contracting Officer no later than 15 November of each calendar year.


 


 



MECS
Minimimum Essential Characteristics (MECs) -
DTS Slice Micro Data Acquisition System (DAS)
Brand Name or Equal


1. Overall DAS specifications
a. Data acquisition system must be able to connect and communicate with multiple modular units (making a chain of units).
b. Modular units must be compatible with existing USAARL DAS (DTS SLICE MICRO) including: 2 Slice Micro Bases, 5 Slice Micro Bridges, 1 Slice Micro Accelerometer (2000G), and 1 Slice Micro ARS (12k).
c. Modular design should have at least 3 channels and allow expansion to at least 16 channels
d. Be capable of operating in temperatures between -40F and 140F
e. Be rated at least at 500 Gs 4msec half sine
f. Must meet or exceed SAEJ211 response
g. Base must be compact, i.e., no larger than 1.7 inches x 1.7 inches x 0.35 inches and weight no more than 1 oz
h. Expansion Modular DAS units must be no larger than 1.7 inches x 1.7 inches x 0.35 inches and weight no more than 0.9 ounces
i. Data acquisition system (DAS) must supply voltage to at least sixteen (16) external sensors
j. The DAS connects to the workstation via USB cable
k. The DAS interfaces with a user-friendly program for DAS setup, data collection, and simple data analysis for the hardware - compatible with existing USAARL DTS SLICE MICRO software
l. Must contain all fixtures, screws, and caps associated with assembling the functioning DAS.


2. Three DAS Main Processor is required with the following characteristics:
a. Must have on board memory of at least 16GB
b. Must be able to connect to workstation or other systems via USB port
c. Must be capable of protecting against reverse current
d. Must have remote control input for turning unit power on/off
e. Must operate in a a range of 7-15 VDC input, including while connected to other main
processors
f. Must be capable of a maximum sampling rate of at least 200,000 samples per second for each channel at maximum channel capability
g. Must be capable of at least 500,000 samples per second for each channel at 3 channels.
h. Must have a circular buffer and timed recorder mode
i. Must be capable of recording multiple events
j. Must have the standalone operation ability
k. Must have at least the following trigger operations: contact closure, TTL, and level


3. Three triaxial accelerometer DAS units are required, each with the following characteristics:
a. Accelerometer range up to +/- 500G
b. Triaxial accelerometer contained within a single module
c. Bandwidth is 0-5,000 Hz


4. Three triaxial angular rate sensor DAS units are required, each with the following characteristics:
a. Angular rate sensor range of at least 1,500 degrees per second
b. Triaxial angular rate sensor contained within a single module
c. Bandwidth is 0-2,000 Hz


5. Nine Modular DAS units are required, each with the following characteristics:
a. Must allow connection of at least 3 external sensors (single or differential)
b. Must have at least three sensor channels that are differential and programmable
c. Must have at least 16 bit resolution
d. Bandwidth DC to at least 40kHz (adjustable anti‐alias filtering)
e. Programmable gain range from 1 to at least 1280
f. Automatic offset rage at 100 percent of effective input
g. Excitation voltage of 5VDc.
h. Input range of +/- 2.4 V
i. Must be capable of signal conditioning, including Wheatstone bridge support (full and half bridge with shunt emulation)
j. Must include connector for each channel


 


CONTRACT ADMINISTRATION
****The following will be filled in at time of award.****


Contact/Invoicing Information for Award:
Contracting Officer (KO)
(Authorized official to bind the Government in Contracts)
U.S. Army Medical Research Acquisition Activity (USAMRAA)
ATTN: MCMR-AAA-MA
820 Chandler Street
Fort Detrick, MD 21702-5014
Phone:
Email:


Contract Administrative Information Contact (AIC):
Ms. Shylonda Minter
Contract Specialist
U.S. Army Medical Research Acquisition Activity (USAMRAA)
820 Chandler Street
Fort Detrick, MD 21702-5014
Phone: 301-619-9524
Email: shylonda.y.minter.civ@mail.mil


Administrative Information Contact for Receiving Reports:
(Government customer receiving supplies/services)
Attn:
Phone:
Email:


Technical Information Contact (TIC):
Attn:
Phone:
Email:


Vendor Information Contact (VIC):
Attn:
Phone: Fax:
Email:


Delivery Instructions:
Vendor is to ensure that is on all shipping containers/packages is labeled with W81XWH-xx-xxxx


Invoicing Questions:
Questions regarding payment should be directed to INDY DFAS, 1-888-332-7366 (Option 2) OR 1-317-510-0300 (Option 2). Email: DFAS-IN.97.VPIS@DFAS.MIL


All questions with pertaining to imputing an invoice into the Wide Area Workflow (WAWF) should be directed to the WAWF Help Desk @ 1-866-618-5988.


Websites available for your use:
1) https://myinvoice.csd.disa.mil, self-register to obtain an account to view vendor invoices.
2) https://wawf.eb.mil - self register to obtain access to electronic invoicing or training - https://wawf.training.eb.mil
***NOTE - please see DFARS 252.232-7003 for electronic submission of payment request


The Contractor shall immediately notify the Contracting Officer for clarification when a question arises regarding the authority of any person to act for the Contracting Officer under this contract.


 


 


Shylonda Y. Minter, Contract Specialist, Phone 3016199524, Email shylonda.y.minter.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP