Maryland Bids > Bid Detail

SMALL BUSINESS SET-ASIDE FOR QTY. one (1) Four Square Gear (FSG) Rig

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159726423951722
Posted Date: Mar 15, 2024
Due Date: Mar 21, 2024
Source: https://sam.gov/opp/8a221f8f07...
Follow
SMALL BUSINESS SET-ASIDE FOR QTY. one (1) Four Square Gear (FSG) Rig
Active
Contract Opportunity
Notice ID
W911QX-24-Q-0082
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG ADELPHI
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 14, 2024 11:23 am EDT
  • Original Date Offers Due: Mar 21, 2024 11:59 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

Disclaimer: This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.





NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:





THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.



(ii) The solicitation number is W911QX24Q0082. This acquisition is issued as an Request for quotation (RFQ)



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, effective 02/23/2024.



(iv) The associated NAICS code is 334516. The small business size standard is 1000 employees.



(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):





CLIN 0001: QTY one (1) each Kickoff meeting documentation



CLIN 0002: QTY one (1) each Preliminary Design Review documentation



CLIN 0003: QTY one (1) each Final Design Review documentation



CLIN 0004: QTY one (1) job for the Factory Acceptance Testing report with ARL personnel onsite



CLIN 0005: QTY one (1) Job for the installation,training, and comissoning report of the FSG at APG with delivery of operator’s manual and standard operating procedures



CLIN 0006: QTY one (1) each As-built design documentation and final component cut-sheets



CLIN 0007: DATA CLIN for the DD1423 attachment.



(vi) Description of requirements:



The Army Research Laboratory requires a closed-loop torque-regenerative arrangement spur gear laboratory capability for component research objectives. This arrangement is commonly referred to as a four-square gear rig (FSG). The FSG shall accommodate experiment protocols aimed to study gear endurance, loss of lubrication, oil debris contamination, and novel materials. The gear torques and speeds shall be controllable through a large range of applicable parameters to simulate helicopter gear tooth contacts. The research objectives and required testbed capabilities of the FSG shall meet the following characteristics:




  1. The spur gears shall have a 3.5” pitch diameter and a 1:1 gear ratio.

  2. The maximum shaft speed shall be at least 12,500 RPM.

  3. The torque application shall be performed with hydraulics to change torque settings while operating through a test matrix without stopping the operation of the test rig.

  4. The maximum torque shall meet or exceed 450 Nm to give top of the line torque loading on the gear teeth.

  5. The gear oil inlet temperature shall be controlled up to 150°C.

  6. The gear mesh oil flow rate shall have a 4 lpm oil flow capability.

  7. The data acquisition and control system shall record experimental data, control the torque, speed, lubrication parameters, and monitor the health of the support equipment.

  8. Emergency stop controls shall be implemented based on health monitoring sensors and manually operated E-stop switches.

  9. The FSG shall be self-sufficient except for building supplied cooling water and a 480V electrical connection.

  10. The test gears and support bearings shall be easily replaceable to accommodate changes in experimental configurations.

  11. The support bearings and the test gears shall have isolated oil supply lines. During a loss of lubrication experiment, the bearings shall maintain regular lubrication levels while the test gears are starved of oil. No oil from the bearings is tolerated within the test gear housing, including oil mist.

  12. The oil delivery system shall have the ability to incorporate a controlled amount of debris, such as sand and steel powder. During a debris contamination experiment, the gear oil shall have debris injected into the supply line to study surface distress on spur gear scuffing.

  13. The complete FSG system shall fit within a footprint of no more than 4m2 to minimize its laboratory space requirement. All supporting equipment, such as the motor, power supply, lubrication reservoirs, heaters, heat exchangers, and filtration systems shall be mounted to the test rig.



The contractor shall deliver an FSG meeting the characteristics listed above from preliminary design through final acceptance and commissioning at the Army Research Laboratory site in Aberdeen Proving Ground, MD 21005.



(vii) Delivery is required by No Later Than 42 weeks after contract award. Delivery shall be made to and Acceptance shall be performed at 6375 Johnson Road, Aberdeen Proving Ground, MD 21005. The FOB point is Destination.



(viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The following addenda have been attached to this provision



In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.



(ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:



In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government’s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government’s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):



Price:



Price will be evaluated based on the total proposed price, including options, (if any). The Government reserves the right and discretion to perform price realism analysis on any offer that appears to be so low as to pose a risk to the Government in understanding the requirements of the solicitation.



Technical Acceptability:



The technical acceptability element of the evaluation will be a determination as to whether the proposed product/service meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.



Past Performance:



Past performance will be evaluated on an acceptable/unacceptable rating basis. An “Acceptable” rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. An “Unacceptable” rating is defined as the Government having minimal confidence that the the offeror can complete all requirements under the contract and meet stated delivery dates. The ratings will be based upon past performance information submitted by past performance information the Government obtains. Only offerors rated “Acceptable” will be eligible for award.



(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.



(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. NONE



(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:




  • 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020)

  • 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)

  • 52.204-23, PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (NOV 2021)

  • 52.209-6, PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)

  • 52.209-10, PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015)

  • 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)

  • 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS

  • 52.219-14, LIMITATIONS ON SUBCONTRACTING (DEVIATION 2021-O0008) (SEP 2021)

  • 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)

  • 52.219-33, NONMANUFACTURER RULE (SEP 2021)

  • 52.222-3, CONVICT LABOR (JUN 2003)

  • 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019)

  • 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015)

  • 52.222-26, EQUAL OPPORTUNITY (SEP 2016)

  • 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)

  • 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)

  • 52.222-37, EMLOYMENT REPORTS ON VETERANS (JUN 2020)

  • 52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)

  • 52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021)

  • 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

  • 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

  • 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (OCT 2018)

  • 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)

  • 52.233-3, PROTEST AFTER AWARD (AUG 1996)

  • 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM

  • SEE DFARS COMMERCIAL CLAUSES ATTACHMENT FOR APPLICABLE DFARS CLAUSES



(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):



Provisions:




  • 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

  • 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)

  • 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)*

  • 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION*

  • 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)*



Clauses:




  • 52.202-1 DEFINITIONS (JUN 2020)

  • 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)

  • 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (NOV 2021)

  • 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)

  • 52.204-19, INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014)

  • 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021)

  • 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)

  • 52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUNE 2023)

  • 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021)




  • 52.243-1 CHANGES—FIXED PRICE (AUG 1987)

  • 52.247-34 F.O.B. DESTINATION (NOV 1991)




  • 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

  • 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)

  • 252.204-7003 CONTROL OF GOVERNMENT PERSONAL WORK PRODUCT

  • 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)

  • 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)

  • 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016)*

  • 252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)

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

  • 252.243-7001 PRICING OF CONTRACT MODIFICATIONS

  • 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JAN 1998)*



Local Provisions:




  • APPLICABLE FOREIGN ACQUISITION PROVISIONS AND CLAUSES

  • EXCEPTIONS IN PROPOSAL

  • AWARD OF CONTRACT

  • TECHNICAL INFORMATION

  • DEBRIEF OF UNSUCCESSFUL OFFERS

  • ADELPHI CONTR. DIVISION URL

  • FOREIGN NATIONALS PERFORMING

  • PAYMENT TERMS

  • PAST PERFORMANCE INFORMATION

  • DD FORM 1423

  • SUBCONTRACTING PLAN



Local Clauses:




  • ACC - APG POINT OF CONTACT

  • TECHNICAL POINT OF CONTACT

  • TYPE OF CONTRACT

  • NON-PERSONAL SERVICES

  • AT-OPSEC REQUIREMENTS

  • DISTRIBUTION STATEMENT A

  • GOV INSPECTION AND ACCEPTANCE

  • PAYMENT OFFICE (BANKCARD)

  • TAX EXEMPTION CERT. (ARL)

  • PAYMENT INSTRUCTIONS

  • RECEIVING ROOM – APG

  • SUPERVISION OF EMPLOYEES

  • WORK HOURS

  • ID OF CONTRACTOR EMPLOYEES

  • GOV’T-CONTRACTOR RELATIONSHIPS

  • KEY PERSONNEL

  • DFARS COMMERCIAL CLAUSES



(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A



(xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.



(xvi) Offers are due March 21st, 2024 by 11:59AM EST to Ashley Runkles at Ashley.n.runkles.ctr@army.mil.



(xvii) For information regarding this solicitation, please contact Ashley Runkles at Ashley.n.runkles.ctr@army.mil


Attachments/Links
Contact Information
Contracting Office Address
  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 14, 2024 11:23 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >