Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2004 FBO #1070
SOLICITATION NOTICE

66 -- Research Grade Particle Analyzer

Notice Date
10/29/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-05-Q-0744
 
Response Due
11/12/2004
 
Archive Date
12/12/2004
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This Request for Quotation (RFQ), W15QKN- 05-Q-0744, constitutes the only solicitation; a written solicitation will not be issued. A quotation is hereby requested. The RFQ document and incorporated provisions/clauses are those in effect on 10/29/04 through Federal Acquisition Circular 2001-25. This requirement is for the purchase of a research grade particle size analyzer system for the characterization of energetic and nanomaterials. The particle size analyzer system will also be used for supportability, performance, and producibility of munitions in the development and production life-cycle phases. The system will be all inclusive with all components necessary to analyze samples, generate data, and analyze data. System will include a computer, monitor and printer for data rendering and analysis. Technical Requirements 1. Particle size analysis range of 0.02 to 1,500 microns is required. 2. System must use a tri-laser light scattering wide angle method of analysis for optimum scattered light detection. 3. Software must create exportable data. 4. System will be upgradeable, modular, and supported by the contractor. 5. A warranty of no less than two years is required. 6. System must be the most recent system developed by the respective vendor with the most recent technology to prevent obsolescence. 7. Software must generate the volume, number and area distributions, percentile data, and must incorporate statistical analysis features. 8. Equipment will provide a module for wet sample analysis. 9. Equipment will provide an ultrasonic controller for sample analysis. 10. Software is necessary for instrument control. 11. Power requirements are 110 V, one phase. 12. Method of measurement and analysis should incorporate the uniform light theory. 13. Analysis software will be preloaded onto computer. Items one through nine (1-9) inclusive under Technical Requirements must be met for consideration. Delivery and Post Delivery Requirements 1. Equipment will be delivered to Picatinny Arsenal within 30 days of award of contract. 2. Installation and calibration shall be completed within 15 days of delivery date. 3. Installation will be performed by the vendor. 4. Vendor will provide on-site training after installation and calibration. 5. Vendor will provide off-site theoretical training for two employees. Items one through four (1-4) inclusive under Delivery and Post Delivery Requirements must be met for consideration. Evaluation factors: The following criteria will be used to evaluate the Particle Size Analyzer system. The factors are listed in descending order of importance. Factors: 1) Technical Requirement (TR) 2) Delivery and Post Delivery Requirements (DPDR) 3) Price Selection criteria will be rated by color for each factor. The following guidelines will be used: BLUE (Excellent) ? meets all detailed items in TR and DPDR above. YELLOW (Adequate) ? meets all items 1-9 in TR above and all items 1- 4 in DPDR above. RED (poor)? does not meet 1 or more items from 1-9 of TR and/ or 1 or more items from 1-4 of DPDR. The NAICS Code is 334516 ? Analytical Lab Instrument Manufacturing. Item Description Qty U/I Unit Price Amount 0001 Particle Size Analyzer System 1 Ea $______ $________ The analyzer shall be delivered FOB destination to the following address: Picatinny Arsenal - TACOM Bldg. 91, 4th Avenue Picatinny, NJ 07806-5000 Mark for: AMSRD-AAR-AEE-W, Bldg. 1515 Mr. G. Chen DODAAC: W91AR5 Equipment shall be inspected and accepted at Picatinny by Mr. Gary Chen or Ms. Gretel Raibeck of the Pyrotechnic and Research & Technology branch. The following FAR and Defense FAR (DFAR) provisions/clauses are applicable and are incorporated by reference: FAR :52.212-1, 52.212-2, 52.212-3, 52.212-4, & 52.212-5; 52.222-21, 52.222-26; and 52-252-2 DFAR: 252.201-7000; 252.204-7004; and 252.212-7001 The Government intends to evaluate and award without discussions, however, the right to do so is reserved. The Government contemplates an award based upon an assessment of the evaluation of the factors set forth. For evaluation purposes, the Technical Requirements are twice as important as the Delivery and Post Delivery Requirements and Post Delivery Requirements are three times as important as price. Award will be made to the responsible offeror whose quote represents the best value to the Government based upon an integrated assessment of the offeror?s technical specifications, availability, and assessment of their ability to deliver and install the equipment as specified above. The Government reserves the right to make an award to other than the lowest prices offeror or to other than the offeror with the highest color if the Contracting Officer determines that to do so would result in the best value to the Government. Notice of award, Std Form 1449, shall result in a binding contract without further action by either party. The deadline for all proposals will be close of business (COB) (3:00PM EST) 12 November 2004. (Note: Contractors must be registered in the Central Contractor Registration (CCR) database by accessing the CCR website at http://www.ccr.gov in order to be eligible for the award. The POC for this action is Lance Drennan, (973) 724-4267. Send quotes via electronic mail to ldrennan@pica.army.mil . Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotes is the responsibility of the offeror. Contractor shall furnish quotes to the Government and complete the Representations and Certifications (FAR 52.212-3) and return it with their offer.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-05-Q-0744)
 
Record
SN00700939-W 20041031/041029211921 (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.