Combine Solicitation - 66- Optical Comparator - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Advertise
    • Contact
    • Editorial Staff
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
December 22, 2011 Newswires
Share
Share
Tweet
Email

Combine Solicitation – 66– Optical Comparator

Federal Information & News Dispatch, Inc.

Notice Type: Combine Solicitation

Posted Date: 21-DEC-11

Office Address: Department of the Army; Army Contracting Command; ACC-Picatinny; US Army, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000

Subject: 66-- Optical Comparator

Classification Code: 66 - Instruments & laboratory equipment

Solicitation Number: W15QKN-12-T-D004

Contact: Laura Arscott, Contract Specialist mailto:[email protected] [Laura Arscott]

Description: Department of the Army

Army Contracting Command

ACC-Picatinny

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 U.S. Army Contracting Command, New Jersey-Emerging Technologies (USACC-NJ-ET), located at Benet Laboratories, Watervliet, NY 12189 at the Watervliet Arsenal, NY on behalf of the US Army Armament Research, Development and Engineering Commands (ARDEC) Benet Laboratories intends to award on a competitive basis a purchase order.

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. The US Army ARDEC Benet Labs includes an onsite Manufacturing PrototypeCenter (MPC) which fabricates prototype components for various Test & Evaluation activities as well as Low Rate Initial Production (LRIP) items. The necessity for rapid deployment of redesigned, tested weapon components requires that they be readily available and consistently manufactured. However, there are currently great difficulties in achieving these goals. These high rates of LRIP have placed excessive stress and wear on the current equipment and machining capabilities at the MPC.

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 Field Test(s) & Evaluation. The equipment provided shall be a new and a current commercially available model which on the date of sale this solicitation is issued has been designed, engineered, sold, or is being offered for sale through advertisement or manufacturers published catalogue or brochures. Prototype optical comparator(s) do not qualify as meeting the requirements for this equipment.

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 3.1.12 Designed with capability to use over screen Fresnel lens 3.1.13 Minimum of 150W Quartz Halogen profile light source; bright.3.1.14 Minimum 250W fiber optic surface illumination3.1.15 Coated telecentric par focal optics3.1.16 Available with Lens Turret.3.1.17 Machined Chart Ring with vernier protractor3.1.18 Electronic rotary screen protractor with selectable 1 minute or 1/100 of a degree resolution. 3.1.19 Equipped with rotary staging vise; built in rotary lenses and condenser turrets3.1.20 Direct Projection Iris Diaphragm3.1.21 Mounting arm for digital readout3.1.22 Needs to include 1-inch/2-inch/3-inch Horizontal V-Blocks and 8-inch staging center to secure work pieces.3.1.23 Computer Interface3.1.24 Automatic Edge Detection3.1.25 Overhead curtain assembly either integrated or to ready to install. 3.1.26 Minimum Linear Scale Resolution: Standard: 0.001mm/0.00005in3.1.27 Must have NIST traceable calibration certificate3.1.28 All anchoring hardware needed to install the equipment in place for a fully compliant operational mode. 3.1.29 Operating manuals in the English language; minimum one (1) hard copy.

3.2 The offeror shall provide an Optical Comparator whose design, installation, operation, and maintenance complies with applicable federal Occupational Safety and Health Administration (OSHA)s ergonomics and safety standards. Specifically, compliance with OSHA requirements under 29 CFR Part 1910 and testing criteria of either American National Standards Institute (ANSI) or other OSHA recognized testing organizations.

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 Watervliet Arsenal, Bldg. 25- 2nd floor, Watervliet, NY, 12189. A list of local rigging companies that have performed rigging work at the Watervliet Arsenal is available upon request. The Government will ensure that tie-in points with building utilities are provided and in place. The anchoring and air/electrical hook-up to building utilities will be performed in-house by government-designated personnel.

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: David Hale (Bldg. 25- 2nd Floor)RDAR-WSB-PB1 Buffington StreetWatervliet, NY 12189-4000

POC: David Hale: (518) 266-5735 (DODACC: W15QKN)

PROVISIONS:The following FAR and Department of Defense FAR (DFAR) Provisions/Clauses are applicable and are incorporated by reference:52.212-1 Instructions to Offerors -- Commercial Items52.212-3 Offeror Representations and Certifications -- Commercial Items52.212-4 Contract Terms and Conditions -- Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (August 2011) The following additional FAR clauses under 52.212-5 are also applicable to this solicitation by reference: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards 52.209-6 Protecting the Governments Interests when Subcontracting with Offerors Debarred, Suspended, or Proposed for Debarment52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post Award Small Business Program Representation (April 2009)52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons (FEB 2009)52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payments by Electronic Funds Transfer- Central Contract Registration52.223-18 Encouraging Offeror Policies to Ban Text Messaging While Driving52.233-3 Protest After Award (August 1996)52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.246-1 Offeror Inspection Requirements52.246-2 Inspection of Supplies Fixed-Price 52.246-17 Warranty of supplies of a Noncomplex Nature 52.247-34 F.o.B. Destination 252.203-7002 Requirement to Inform Employees of Whistleblower Rights,252.204-7003 Control of Government Personnel Work Product,252.204-7008 Export-Controlled Items,252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2011)The following additional DFAR clauses under 252.212-7001 are applicable to this solicitation by reference: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.225-7021 Trade Agreements 252.225-7036 Alt 1 Buy American Act -- Free Trade Agreements Balance of Payments 252.232-7003 Electronic Submission of Payment Requests & Receiving Reports252.232-7010 Levies on Contract Payments,252.243-7001 Pricing of Contract Modifications

The 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 Picatinny Arsenal52.211.4000 Commercial Packing Requirements52.215-4005 Electronic and Non-Electronic Proposal Submission Requirement52.224-4001 Disclosure of Unit Price Information52.232-4002 Payment52.232-4004 Army Electronic Invoicing Instructions52.246-4000 Acceptance 52.246-4001 Government Procurement Quality Assurance Actions

52.252-2 - Clauses Incorporated by ReferenceThis contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

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 15 January 2012 at 4:00pm, Eastern Standard Time (EST). Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror.

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: Laura Arscott: [email protected]

*All quotes shall include shipping FOB Destination Benet Laboratories, Watervliet Arsenal, NY EVALUATION CRITERIA In accordance with FAR 15.101-2, the lowest price technically acceptable source selection process will be used. The best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. The evaluation factors and significant sub factors established below are the requirements of acceptability, and award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. These factors and sub factors represent the key areas of importance and emphasize areas to be considered in the source selection decision. Tradeoffs are not permitted and proposals are evaluated for acceptability but not ranked using the non-cost/price factors.

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 Price Price is more important than Delivery Approach/Schedule. When assessed together Technical and Price are significantly more important than Delivery Approach/Schedule.

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

Low Risk Little doubt exists, based on the Offerors written proposal, that the Offerors proposed item will meet the technical requirements.

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.Unknown Risk Little or no relevant performance record identifiable; equates to an unknown risk rating having no positive or negative evaluation significance.

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

Low Risk Little doubt exists that the Offeror can deliver the item in 10 weeks from contract award or less. Moderate Risk Some doubt exists that the Offeror can deliver the item in 10 weeks from contract award or less. High Risk Significant doubt exists that the Offeror can deliver the item in 10 weeks from contract award or less. Unknown Risk Little or no relevant performance record identifiable; equates to an unknown risk rating having no positive or negative evaluation significance.

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

Older

Combine Solicitation – X-Ray Machine

Newer

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 News

Annuity 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 News

Health/Employee Benefits News

  • How 831(b) plans can protect your practice from unexpected, uninsured costs
  • Savvy Senior: How to appeal a Medicare coverage denial
  • Thousands of Alaskans are facing a health care 'cliff' amid gridlock in Congress
  • What the end of ACA tax credits means for health insurance costs and how Connecticut residents are responding
  • DISABILITY INSURANCE STIFLES HUMAN POTENTIAL
Sponsor
More Health/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

- Presented By -

Top Read Stories

  • How the life insurance industry can reach the social media generations
More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Slow Me the Money
Slow down RMDs … and RMD taxes … with a QLAC. Click to learn how.

ICMG 2026: 3 Days to Transform Your Business
Speed Networking, deal-making, and insights that spark real growth — all in Miami.

Your trusted annuity partner.
Knighthead Life provides dependable annuities that help your clients retire with confidence.

Press Releases

  • Two industry finance experts join National Life Group amid accelerated growth
  • National Life Group Announces Leadership Transition at Equity Services, Inc.
  • SandStone Insurance Partners Welcomes Industry Veteran, Rhonda Waskie, as Senior Account Executive
  • Springline Advisory Announces Partnership With Software And Consulting Firm Actuarial Resources Corporation
  • Insuraviews Closes New Funding Round Led by Idea Fund to Scale Market Intelligence Platform
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Advertise
  • Contact
  • Editorial Staff
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2025 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet