Combine Solicitation – 66– Optical Comparator
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: 66-- Optical Comparator
Classification Code: 66 - Instruments & laboratory equipment
Solicitation Number: W15QKN-12-T-D004
Contact:
Description:
Army Contracting Command
ACC-
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.603 as supplemented with additional information included in this notice. Quotes are being requested; a written solicitation will not be issued.Solicitation W15QKN-12-T-D004 along with incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-53. This solicitation is a small business set-aside. The NAICS code for this procurement is 334513 and the small business size standard is 500 employees.
The
CLIN Item Description Qty. Cost Price0001 Main work Piece - Optical Comparator 1 0002 Materials and Supplies Lenses, special light bulbs, optical scales, V-blocks 1 0003 Training (Average: 4-8 Hours) 1 0004 Installation 1 TOTAL
STATEMENT OF WORK:
1.0 Background
1.1.
1.2 To maintain the demanding R&D program schedules and LRIP deliveries, there is the need to acquire an upgraded Optical Comparator for the inspection of both, light and heavy duty components. The equipment provided shall be fully compatible and consistent with the existing equipment as it will be used in the inspection of prototype weapon components prior to critical
2.0 Purpose
2.1 This statement of work is to define the requirements and deliverables to be used in the selection and procurement of an optical comparator. At this time, the US Army ARDEC Bent Labs Manufacturing Prototype Center (MPC) requires increased inspection capabilities to respond to growing demand for high resolution.
2.2. The offeror shall provide all items as required in this Statement of Work (SOW) for one (1) new Optical Comparator for light and heavy duty measuring and inspection.
3.0 Equipment Requirements
3.1 The offeror shall provide an optical comparator capable of performing both light and heavy duty inspection tasks. The equipment shall also meet the following requirements:
3.1.1 120Vor 240V AC, 50/60 Hz, 10 Amp3.1.2 Heavy Duty frame capable of supporting heavy duty items in the range of light load(s) to approximately 550 lbs. stage load capacity. 3.1.3 Capable to withstand shop environment, including full functionality under average shop temperature conditions (72 < temp deg F < 95) 3.1.4 Minimum work stage travel: 30in. X 12in. X 6in. 3.1.5 Minimum 24 inches Vertical Touch Screen; erect profile image with fully corrected surface reflection image. 3.1.6 Digital readout with color touch-screen interface to include geometric readout measure technology for the measurement of 2-D and 3-D features.3.1.7 High Resolution ground glass screen with calibration reticle, 90 degree cross lines and chart clips; features X and Y axis with joystick control motorized adjustment. Capability for helix motion.3.1.8 Digital readout display units in inches or millimeters3.1.9 Lens magnification available: 10X/20X/50X lenses3.1.10 Minimum 18 inch throat clearance3.1.11 Minimum 3 inch focal travel
3.2 The offeror shall provide an Optical Comparator whose design, installation, operation, and maintenance complies with applicable federal
4.0 Site Preparation/Delivery Requirements:
4.1 Freight and rigging for all components of this sale shall be included. The offeror shall deliver and placed the Optical Comparator to its specified floor space location at the
4.2 To ensure proper installation, the offeror shall provide to the government all necessary documentation regarding anchoring and tie-in points at least fifteen (15) days prior to equipment delivery. The offeror shall provide installation instructions and details necessary for equipment intended operation.
4.3 Due to Bldg. 25 shop elevator restrictions, the weight of the Optical Comparator shall not exceed 3,000 pounds. Delivered single pieces shall not exceed dimensions of 176 inches deep x 143 inches wide x 110 inches high.
5.0 Training:
5.1 After delivery and immediately after the installation and test(s) acceptance of the machine are completed, the offeror shall provide on-site training in the use of the equipment and maintenance by personnel thoroughly familiar with all aspects of equipment installation and operation.5.1.1 Two equipment operators will be trained. 5.1.2 The training length will be approximately 4-8 hours.
5.2 The offeror shall provide written operation and maintenance procedures, which shall include all identified hazards and their respective mitigations (e.g. cautions, warnings, recommended PPE). All cautions, warnings, and specific procedures required to ensure operator and maintainer safety shall be incorporated in the on-site training and emphasized.
6.0 Warranty:
6.1 The offeror shall offer onsite service warranty on labor, parts, and materials for a minimum period of two (2) years from the date of installation.
6.2 Twenty-four (24) hours part shipment if equipment down.
7.0 Inspections and Tests:
7.1 The offeror shall perform all inspections and tests required and as specified by the drawings, specifications, and/or standards cited in the manufacturer technical documentation to insure total compliance with manufacturers machine installation procedures. At a minimum, the offeror shall perform, demonstrate, and document inspections, examination(s) and or test(s) on this equipment. Final inspection and acceptance of the equipment at destination shall be predicated upon the suppliers successful completion of all tests required as stated above.
The offeror shall prepare and submit a report documenting inspections, examinations(s) and or test(s) performed (refer to CDRL A004, DI-NDTI-80809B, Test/Inspection Report).
7.2 The offeror shall run a sample piece to obtain the final dimensioning inspection criteria / metric data to be specified by the government. Final inspection and acceptance of the equipment shall be predicated upon the suppliers successful completion of all tests required as stated above.
7.3. The Government and awarded offeror will mutually agree on a reasonable schedule for demonstrations within the limitations of the delivery schedule stated in the contract.
8.0 Deliverables: (Reporting/Written) 8.1 The offeror shall submit an Operating Manual in the English language; minimum one (1) hard copy (see Para 3.1.23). IAW Data Item DI-TMSS-80527B (Supplemental Data).
8.2 The offeror shall submit Manufacturer Technical Documents, (see Para 7.1). IAW Data Item DI-TMSS-80527B (Supplemental Data).
8.2.1 Equipment drawings, including drawings with dimensions, power input, foundation and general equipment installation requirements shall be sent to the Technical POC AT LEAST fifteen (15) days before physical equipment delivery IAW Data Item DI-TMSS-80527B (Supplemental Data).
8.3 The offeror shall submit a report documenting inspections, examination(s), and or test(s) performed (see Para 7.1). IAW Data Item DI-NDTI-80809B (Test/Inspection Report)
9.0 General Requirements and Information:
9.1 The period of performance of the contract shall commence upon award of the contract and shall be completed upon delivery of the system (estimated 10 weeks after award of the contract) and satisfactory completion of all training requirements of government personnel; therefore resulting in a Period of Performance of 3 months.
9.1.1 The Optical Comparator equipment and all associated documentation shall be delivered to:
US Army ARDEC Benet Laboratories ATTN:
POC:
PROVISIONS:
The followingThe following additional local clauses are applicable to this solicitation by reference:52.000-4000 Identification of Offeror Employees 52.000-4002 Level 1 Anti Terrorist Awareness Training Requirements for Offeror Employees52.000-4003 Administrative Space Occupied by Offerors at
52.252-2 -
FAR - http://farsite.hill.af.mil/vffara.htm Local Clauses - http://procnet.pica.army.mil/reference/Clauses/locals.htm
Please indicate that your companys representations and certifications are current and available via Online Representations and Certifications Application (ORCA), OR complete provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Quotes must be received No Later than
52.212-1 Addenda- QUOTE SUBMISSION This section contains quote submission instructions as well as specific quote requirements for the combined synopsis/solicitation. The offerors quote shall be labeled in a consistent manner with this document. Offerors are expected to submit a quote in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in quotes. The burden of proving acceptability remains with the offerors.
The quote shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for quote (RFQ). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the quote. All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office; phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. USACC-NJ-ET, Attn:
*All quotes shall include shipping
The following factors shall be used to evaluate offers: Technical capability of the item offered Price Delivery Approach/Schedule.
For evaluation purposes, the relative order of importance is as follows: Technical is more important than
Technical: The offerors shall submit their proposed technical proposal describing how the approach will meet the requirements of the Delivery Order. The offerors shall provide an integrated scope of technical specifications for the proposed model which should include all requirements to satisfy the required delivery order. That is, the government will evaluate offers for award purposes by total price for all requirements.
The government will assess the degree to which the offerors technical approach demonstrates sound engineering practices a, proper management oversight to successfully meet the accomplishment of equipment objectives. The following adjectival rating will be utilized in the evaluation of the technical proposal Approach:
RATING: TECHNICAL EVALUATION CRITERIA
Moderate Risk Some doubt exists, based on the Offerors written proposal, that the Offerors proposed item will meet the technical requirements.
High Risk Significant doubt exists, based on the Offerors written proposal, that the Offerors proposed item will meet the technical requirements.
Price: Price Analysis will be performed. Price analysis shall be used when certified cost or pricing data are not required, and as this is a commercially available requirement. Price data will be evaluated for magnitude and reasonableness in accordance with FAR 15.404-1 (b) and will be adjusted from both a technical and cost perspective using cost realism analysis to determine the most probable cost to the Government. The most probable cost will be used in the decision process to assess the realism and efficiency of the offerors proposed delivery schedule approach and to establish which offerors approach represents the best value to the Government for award of the Delivery Order.
Price Inconsistencies: Any significant performance and price inconsistencies, if unexplained in the offerors proposal, raise a fundamental issue of the offerors understanding of the nature and scope of work required and their financial ability to perform the contract, and may be grounds for rejection of the proposal.
Delivery/Schedule Approach: This assessment will focus on the probability of successful accomplishment of delivery of similar equipment to industrial facilities as required in the Scope of Work. A rating of Low, Moderate, High or Unknown (as defined below) will be assigned to the Performance Risk Factor as follows:
RATING: Delivery/Schedule Approach EVALUATION CRITERIA
In accordance FAR 15.306, the government reserves the right to award without discussions.
Link/URL: https://www.fbo.gov/notices/8814df2e934d2dce130be16218d8dc7e
| Copyright: | (c) 2010 Federal Information & News Dispatch, Inc. |
| Wordcount: | 2896 |



Combine Solicitation – X-Ray Machine
Combine Solicitation – CommVault Software Licenses
Advisor News
- Investor use of online brokerage accounts, new investment techniques rises
- How 831(b) plans can protect your practice from unexpected, uninsured costs
- Does a $1M make you rich? Many millionaires today don’t think so
- Implications of in-service rollovers on in-plan income adoption
- 2025 Top 5 Advisor Stories: From the ‘Age Wave’ to Gen Z angst
More Advisor NewsAnnuity News
- Great-West Life & Annuity Insurance Company Trademark Application for “EMPOWER BENEFIT CONSULTING SERVICES” Filed: Great-West Life & Annuity Insurance Company
- 2025 Top 5 Annuity Stories: Lawsuits, layoffs and Brighthouse sale rumors
- An Application for the Trademark “DYNAMIC RETIREMENT MANAGER” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Product understanding will drive the future of insurance
- Prudential launches FlexGuard 2.0 RILA
More Annuity NewsHealth/Employee Benefits News
Life Insurance News
- Baby On Board
- 2025 Top 5 Life Insurance Stories: IUL takes center stage as lawsuits pile up
- Private placement securities continue to be attractive to insurers
- Inszone Insurance Services Expands Benefits Department in Michigan with Acquisition of Voyage Benefits, LLC
- Affordability pressures are reshaping pricing, products and strategy for 2026
More Life Insurance News