Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

52 -- Gate Monitors (radiation detectors), Installation & Training

Notice Date
9/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092
 
ZIP Code
49017-3092
 
Solicitation Number
SP4410-03-Q-6007
 
Response Due
9/19/2003
 
Archive Date
11/30/2003
 
Point of Contact
Barry Mowry, Contract Specialist, Phone 269-961-7080, Fax 269-961-4474, - Barry Mowry, Contract Specialist, Phone 269-961-7080, Fax 269-961-4474,
 
E-Mail Address
Barry.Mowry@mail.drms.dla.mil, Barry.Mowry@mail.drms.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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 is issued as a Request for Quotation (RFQ) SP4410-03-Q-6007 for Ludlam Model 3500-1000 Gate Monitors for detecting radiation and the required installation and training. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Defense Reutilization and Marketing Service (DRMS) intends to enter into a firm-fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect at the time of this announcement. This announcement is published as a Total Small Business Set-Aside action (Numbered Note 1) per FAR 52.219-1 and FAR 52.219-6. The applicable North American Industry Classification Systems (NAICS) code is 334513. The small business size standard is 500 employees. This award will be based upon low price and a determination of brand name or equal. Bid structure shall be by Contract Line Item (CLIN). CLIN number 0001 shall be for three (3) gate monitors. CLIN number 0002 for installation/travel, and training for two (2) gate monitors at Defense Reutilization and Marketing Office (DRMO) Kapolei, Hawaii. CLIN number 0003 for installation/travel, and training for one (1) gate monitor at DRMO Guam (the proposal should break out the individual costs for each site). NOTE: The Government shall be responsible for site preparation. Cost of Installation per location is based on completion within two (2) years after receipt of equipment. Contractor has the right to request additional funds after the two-year period. All eligible, responsible sources may submit an offer. Salient characteristics for each monitor are as follows: Multiple Detector Microprocessor containing (1) Microprocessor based electronics 1 ea, (2) Infrared motion sensor 1 ea, (3) 5 Microci CS 137 check source 1 ea, (4) Alarm Strobe 1 ea, (5) 2 ea 1440 in 3 plastic detectors with 200 foot (61m) cables; Audio: Unimorph type speaker (greater than 68 db at 2 feet); 15.2cm arc 1 MA analog type; meter dial: 0-25 kcps. The system will continuously monitor background levels until the infrared sensor identifies an object. It will then automatically switch to checking the object for radiation caused by contamination until the object is clear of the sensor at which time the system will return to monitoring background; RS-232: 9 pin connector to allow for connection of computer for data logging; controls: 5 pin connector allowing for connection of infrared sensors; RELAYS: 3 pin connector allowing for connection of external alarm indicators; POWER: 95-135 VAC (178-240 VAC available on request), 50-60 Hz single phase (less than 100 MA); ELECTRONICS CONSTRUCTION: Steel NEMA 12 Enclosure (weather proof); TEMPERATURE RANGE: 5 degree F (-15C) to 122 degree F (50C) may be certified to operate from minus 40 degrees F (-40C) to 150 degree F (65C). System Installation should also be included which includes plans for detector stands, running of conduit cables, final hookup and system installation. System must be capable of relocation at Government request. These units are ordered for and will be placed as follows: 2 ea DRMO Hawaii; and 1 ea DRMO Guam. The following clauses will be included in this award: FAR 52.212-1-Instructions to Offers-Commercial (JUL 2003), FAR 52.212-3-Offeror Representation and Certifications-Commercial Items (JUN 2003). A completed copy of this provision must be submitted with the offeror's proposal. The certification can be found at our DRMS Website at http://www.drms.com. Click on procurement, then click on clauses and provisions, go to current clauses and click on fill in clauses. It is the first clause. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2003). The following clauses under 52.212-5 will apply: (b) (5), (13), (15), (16), (17), (18), (19), (21), (29) and (c) (1), (2); and FAR 52.211-6 Brand Name or Equal (AUG 1999). The following clause under Department of Defense (DoD) FAR Supplement (DFARS) apply: 252.204-7004 (NOV 2001). IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration"(CCR) applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/index.cfm. Depart of Labor (DoL) Wage Determination numbers 1994-2153 Rev (32) dated 08/21/2003, and 1994-2147 Rev (23) dated 07/03/2003 apply to this requirement. The Wage Determinations along with a complete copy of this synopsis/solicitation can be obtained through our website at http://www.drms.dla.mil/newproc/index.html. Copies of the FAR/DFARS clauses can be found on the Internet at http://farsite.hill.af.mil. Quotes must be received no later than 1:00 p.m. Eastern Time, September 19, 2003. Quotes may be accepted via e-mail at drms-tpoo@mail.drms.dla.mil or by facsimile at (269) 961-4793 ATTN: Barry R. Mowry.
 
Place of Performance
Address: DRMO Hawaii, Kapolei, HI; and DRMO Guam
 
Record
SN00431825-W 20030913/030911213029 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.