Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2005 FBO #1234
SOLICITATION NOTICE

66 -- This is a Sole Source, combined synopsis and solicitation procurement is for a follow-on commercial service contract.

Notice Date
4/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-05-T-0026
 
Response Due
4/20/2005
 
Archive Date
6/19/2005
 
Small Business Set-Aside
N/A
 
Description
This is a Sole Source, combined synopsis and solicitation procurement is for a follow-on commercial service contract. The original system was developed with unique, proprietary software and only one contractor has the technical ability and personnel to properly perform the service. To award this contract to another contractor would cause software compatibility issues and impact the over all mission of the Government. Dugway Proving Ground requests a non-personal service contract for the upgrade of six each chamber controllers of climatic test equipment located at Dugway Proving Ground. Installation of the wireless controllers may be performed at contractors facility or the area known as the Test Area (West Desert Test Center) west of Dugway, UT. When work is performed at the contractors facility the contractor is responsible for transporting the chamber to and from the test area. In these cases, the Contractor shall be reimbursed at cost only, for shipping expenses. The area known as the test area in cludes Carr Facility, Ditto Technical Center, White Sage Mortar Range, German Village Artillery Range, and all other accessible areas within a 30-mile radius of Ditto Technical Center. The reason for this extended area is that the operational testing of th e new controllers, when installed, are required to operate from remote locations back to the central data acquisition/control center. All other installation of new controllers shall be performed by the Contractors personnel at the chamber site (Carr Facil ity, German Village or in some remote location). Mobile chambers will be relocated to Carr Facility (or central location) for installation only when in the Governments best interest, and at the Governments discretion. Contractor personnel shall meet all s afety and security requirements for contractors operating at DPG. The only resources to be provided to the contractor are electrical service and use of DPG's vehicle wash. The service for this contract will consist of removing current controllers, then upg rading climatic test chambers with a touch screen interface with the capability of process controller, data logger, set point programmer and logic sequencer all in one unit with wireless Ethernet capability to send data to the existing Central Data Acquisi tion System. The new chamber controllers/programmers will have the following capabilities: Two RTD inputs for chamber temperature; two 4-20 mA for chamber relative humidity: refrigeration systems temperature and humidity monitoring; touch screen interface, alphanumeric and video graphic trending display of chamber conditions. The controller must have the capability of controlling up to 20 loops using 4 independent programmers with 16 set points, with data being logged at the controller and at the central da ta acquisition system, at the same time using a wireless system. Data to be collected and transmitted are: chamber temperature, humidity, refrigeration system (static charge, high pressure, low pressure, and oil pressure), and monitoring of humidity system . The set point programmer function should provide 1 to 8 analog set point profiles and 1 to 16 output profiles on four separate time bases. Also, these chambers use electric resistance heaters, expendable refrigerant (liquid carbon dioxide), and mechanica l refrigeration to control temperature. Relative humidity is controlled using low-pressure steam injection, refrigerated wet bulb dehumidification, and regenerated desiccant drier dehumidification. These chambers consist of a 32 ft. utility trailer complet e with lights, brakes, etc.; a 12L X 7W X 7H ft. (nominal) stainless steel test chamber; equipment compartment, and the following installed equipment: Liquid CO2 piping; insulation; manual, automatic, and pressure relief valves; etc. 2 each 16 in. prop typ e fans with ? hp. motors; shafts; belts; bearings; etc. 9 each 1.7 kW low watt density stainless steel sheathed resistance heaters 7 ? hp. R134a Coplematic disc us condensing unit. Unit has special features like hot gas bypass/liquid injection, and a wet bulb dehumidification system. (Known as the high temperature and dehumidification refrigeration system) Instrumentation/electrical package including: Research Inc . Micrstar controller; Datel MPP-20 printer; Kent P100 strip chart recorders (2 each), LFE high-low temperature fail-safe; three 100 ohm platinum RTD sensors; Vaisala relative humidity sensors; and electrical wiring, connections, controls, etc. Chromalox l ow pressure steam boiler; water pump; 100 gal. Water storage tank; piping; Honeywell Modutrol fully actuating steam valve. Caracaire continuously regenerated desiccant dehumidifier with automatic dampers. Miscellaneous equipment including: equipment compar tment fans and heaters (or AC/heat units); weather and explosion proof lights; security hardware; audible and visual alarms, etc. new control panel face. New temperature fail-safe controller. Wireless communication to the central data acquisition/control c enter. The following paragraphs list, reference, and describe the functions, characteristics, and major systems of the climatic chambers that the contractor will be equipping with new chamber controllers and wireless communication. The components are also described in the manufacturers operation and maintenance manuals for each of these climatic chambers. These manuals contain component equipment manufacturers literature on almost every component installed in or used in construction of the climatic chambe rs. However, neither this list nor the manuals lists every fastener, belt, electrical accessory, finishing material, light bulb, bulk construction material, gasket, seal, etc. of each climatic chamber. Contractor shall be responsible for all warranty work for 1 year from the date of acceptance by the government. Prices must include shipping cost to Accountable Property Officer; Building 5464; Dugway UT 84022-5000 (FOB: Destination). This solicitation is issued as a request for quotation (RFQ). Submit writte n offers (oral offers will not be accepted), on RFP W911S6-05-T-0026. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 334519 applies to this procuremen t. The following provisions and clause apply to this acquisition: The provision at FAR 52.203-6; FAR 52.212-1 Instructions to Offerors--Commercial Items, applies to this solicitation. Provide FAR 52.212-3 ALT I; Offeror Representations and Certifications - - Commercial Items, with its offer. FAR 52.212-4 Contract Terms and ConditionsCommercial items, applies to this acquisition and a statement regarding any addenda to the clause. FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-6; FAR 52.219-8; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.22 2-36; FAR 52.222-37; FAR 52.222-39; FAR 52.222-41; FAR 52.222-42; FAR 52.222-44; FAR 52.222-4001 (Wage Determination Number: 94-2531 REV (26) UT, Statewide); FAR 52.225-13; FAR 52.232-33; and FAR 52.247-64. DFARS 252.212-7000 Offeror Representations and Ce rtifications Commercial Items applies to this solicitation. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this solicitati on. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3; DFARS 252.225-7012; DFARS 252.227-7015. Army Contracting Agency Executive Level Agency Protest Program applies to this solicitation. The following local clause s apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; S ubmission of Invoices; Contractor Access to DPG and Identification of Contractor Employees. All quotes must be emailed to Jason Payton at jason.payton1@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you ma y email Jason Payton at jason.payton1@us.army.mil. Quotes are due no later than 5:00 PM MST (Mountain Standard Time), Wednesday, April 20, 2005. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN00786012-W 20050413/050411212330 (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.