Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOLICITATION NOTICE

62 -- The contractor shall provide and install one full spectrum solarsimulation system

Notice Date
5/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-05-T-0574
 
Response Due
5/22/2005
 
Archive Date
7/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 a solicitation, and proposals ar e being requested. This acquisition is issued as a Request for Proposal (RFP). The combined synopsis/solicitation number is W91ZLK-05-T-0574. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitio n Circular (FAC) 97-27. The associated North America Industry Classification System (NAICS) Code is 335129 and the Business Size Standard is 500. The Government contemplates award of a firm-fixed priced contract resulting from this combined synopsis/solic itation. CLIN 1. Contractor shall provide and install a full spectrum solarsimulation system that shall be capable of interfacing with the current Government owned Solar/Rain Chamber (Atlas Material Testing Technology) and all necessary control systems. The system shall meet all MIL-STD-810F testing requirements and shall be in accordance with the following, Solarsimulation System SolarConstant 4000 consisting of (A)4 each SolarConstant 4000 radiation units, incl. MHG lamp, ODF-Filter,( B)4 each EPS-Module 4000/2500 square wave electronic power supplies,within 19inch- drawer, 3HE power adjust from 50-100% by R MC, overload and temperature protection, cooling fan, working hour counter, RM computer interface. (C)1 each EPS Control Manual control of ON/OFF and Luminary power level (D)1 each Interconnect Cable 15 meter Power Cabinet to Luminary interconnect cable. ( E)2 each Slotted Luminary Mounting Rail Slotted Rail (2.5 meter length) for Luminary Mounting. (F)1 each Automatic Neutral Density Filter System Automatic filter insertion system providing the ability to reach low intensity levels. Control by panel push b utton or external non-potential contacts (G) 1 each PC Based SolarSystem Control PC based control system allowing for automatic ON/OFF, lamp intensity, Neutral Density filter selection and control timing. (H)1 each PC Based automatic Chamber Temperature control output and manual Fan Speed Control PC integrated control system providing time-based dual-channel PID (high/low) chamber temperature control and manual selection of 4-20mA output signal for fan speed control. Pricing shall include On-site system S tart-Up and Operation Training. The Contrator shall perform installation inspection, system start-up and operational training for operators. INSTALLATION SITE: USA RDECOM, BLDG E-3612 BEACH POINT ROAD, ABERDEEN PROVING GROUND, MD 21010. Acceptance shall be at Destination. Shipping shall be FOB Destination. The Government will also consider contractors price as an indication that the offeror understands the type of supply/service the Government is soliciting to purchase. Delivery shall be to the U.S . Army Aberdeen Proving Ground, Md 21005/21010. The following clauses will be incorporated by reference. 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment 52.212-4 Contract Te rms and Conditions Commercial Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The contract will be awarded to Low Price Technical Ac ceptable (LPTA). The government reserves the right to make an award without discussions. The Government reserves the right to award on an all or none basis. The technical evaluation will be a determination as to equality of the product and shall be base d on information furnished by the vendor. The government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, d rawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. The government will award a contract to the offeror whose offer conforms to this solicitation and will be mos t advantageous to the government, price and other factors considered. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commerci al Items, and DFARS 252.212-7000, Offeror Representation and Ce rtification with its offer. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FA R 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6, Notice of Total Small Business S et-Aside, FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.219-14 Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.22 2-2 1 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212). FAR 52.222-36 A ffirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Tr ansfer-Central Contractor Registration (May 1999). DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Jun 2004). The following additional DFAR clauses cited i n the clause 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.232-7003 Electronic Submission of Payment Requests (Jan 2004)(10 U.S.C. 2 227) . The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail by 22 May 2005, no later than 12:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Shirley Ziervogel), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) dat abase prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at http://www.bpn.gov/CCRINQ. For questions concerning this solicitation contact Shirley Ziervogel, Contracting Officer, via email to: shirley.ziervogel@apg.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED. NOTE 1 applies
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00806070-W 20050514/050512212203 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.