Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
SOLICITATION NOTICE

66 -- BATCH POLYMER MIXER

Notice Date
6/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1SBAA5154B001
 
Response Due
6/29/2005
 
Archive Date
6/30/2005
 
Description
CLASSCODE: NAICS - 334519, Temperature instruments, industrial process-type (except glass and bimetal thermometers), manufacturing, SIC - 3823 Industrial Instruments for Measurement, Display, and Control of Process Variables; and Related Products DESCRIPTION: The Air Force Flight Test Center (AFFTC), Edwards AFB intends to award a, Firm-Fixed Price (FFP) contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition. The NAICS code is 334519. Part numbers specified are desired items, suitable substitutes will be accepted, and evaluated technically, based on needs and equivalency to the requirements of requesting activity, Air Force Research Laboratory. 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. The following items will be procured: CLIN 0001 Batch Polymer Mixer with 5HP VECTOR DRIVE WITH 2 STAGE HELICAL BEVEL GEAR REDUCER, VARIABLE SPEED 2-150 RPM WITH ELECTRONIC TORQUE OVER-LOAD (24,000MG) PROTECTION, SOFT TOUCH DIGITAL KEYPAD FOR MANUAL SPEED CONTROL, WITH REVERSE/JOG, DIGITAL RPM AND AMP READOUT. MOUNTED ON MOBILE FLOOR STAND. POWER REQUIREMENTS: 208/230V, 60 Hz, 3 PHASE, 16AMPS CLIN 0002 5"x19" Temperature Control Console WIRED WITH ALL ELECTRICAL CONNECTORS AND COMPONENTS FOR Two (2) PRECISION TEMPERATURE CONTROLLERS (PID LOOP MICROPROCESSOR BASED). ADVANCED DISPLAY, FOR USETO 400C, AUTOMATIC POWER ADJUSTING FEATURE, One (1) TEMPERATURE INDICATOR/SIGNAL CONDITIONER FOR USE WITH TYPE ?J? THERMOCOUPLE UP TO 500C. LINEARIZED RECORDER OUTPUT OF 1 MV DC PER 1C, 3-1/2 DIGIT LED DISPLAY. COMPLETE WITH RECORDER LEAD WIRE One (1) ZONE AIR COOLING SYSTEM CONSISTING OF: AIR MANIFOLD, FILTER, PRESSURE REGULATOR AND SOLENOID, with a POWER REQUIREMENT: 230 VAC, 19 AMP, 60 HZ, SINGLE PHASE CLIN 0003 Prep Mixer Cleaning Kit with STAINLESS, ELECTRICALLY HEATED, 3 SECTION ? BACK, CENTER, AND FRONT, 350/420 ML VOLUME, 2 ZONE TEMPERATURE CONTROL WITH PORT AND THERMOCOUPLE. FOR EACH ZONE, 2500 WATTS TOTAL, AIR COOLING ON BOWL: CENTER SECTION, WITH STOCK TEMPERATURE THERMOCOUPLE PROTECTIVE OVERLOAD SHEAR COUPLING AND RAM CLOSURE ASSEMBLY. INCLUDING AIR COOLING KIT WITH HOSE, POWER REQUIREMENT: 230 VAC, 11 AMP, 60 HZ, SINGLE PHASE CLIN 0004 BLADE PULLER FOR PREP MIXER ? COMPLETE ASSEMBLY and SET OF REMOVABLE DOUBLE END SUPPORTED SIGMA TYPE BLADES FOR MIXERS CAT CLIN 0005 PREP MIXER CLEANING KIT CONSISTING OF: BRASS SPATULA, HAND BRUSH, BRASS BRUSH, 1/4" DRILL, BRASS CLEANING BRUSH, KNURLED PLASTIC KNOB Clin 006, SHIPPING AND HANDLING (Desc. Item to be shipped to Edwards AFB, CA) The Batch Polymer Mixer must have the following specifications per the AFRL end user requesting the acquisition: (1) Variable speed control up to at least 150 RPM with electronic torque over-load protection, manual speed control, reverse/jog, digital RPM and AMP readouts (2) The ability to process materials at temperatures to at least 400 ?C (3) A linearized recorder output of 1 mv DC per 1?C (4) A mixing bowl with a minimum 350 mL mixing volume, 2 zone temperature control, a minimum of 2500 watts total and cooling on the bowl (5) Mixing elements suitable for mixing rubbers (6) Instrument for removal of the blades (7) Mixer cleaning kit (8) Minimum of a one-year warranty The following government provisions and clauses apply: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors?Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price - Award will be made to the lowest cost, technically acceptable responsible offeror; FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, include the following clauses incorporated by reference: FAR 52.222-19 ? Child Labor-Cooperation with Authorities and Remedies, FAR52.222-21- Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); and clause 52.232-33 Mandatory information for electronic funds transfer payment technically acceptable offer; FAR 52.211-6 Brand name of equal. Offerors quoting on equals must provide descriptive literature to the extent necessary to allow the Government to determine the technical acceptability of the ?equal? item. The following DFARs clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. Contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government?s requirement. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03, DCN 20050524. All interested offerors may submit a quote. The specifications are listing by CLINs in the description above. Delivery will be to 302 N. Mecury Blvd, Bldg 8460 Edwards AFB CA 93525-7690. Additional information: Technical point of contact for technical questions: Darrell Marchant, 661-275-6318. Contractual point of contact is: Tom Shea, 661-277-9522 fax 661-275-7882. Send all offers via fax by close of business February 15, 2005. Email all inquires to thomas.shea@edwards.af.mil. Additional information can be obtained from Technical Point or Contractual point of contact. FEDBIZOPS web site: http://www.eps.gov/.
 
Place of Performance
Address: Air Force Research Laboratory - Edwards AFB, 302 N Mercury Blvd - Bldg 8460, Edwards AFB CA
Zip Code: 93524
Country: USA
 
Record
SN00829430-W 20050616/050614212048 (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.