Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

66 -- Environmental Chamber (Sole Source Requirement)

Notice Date
6/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
928110 — National Security
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S606T0089
 
Response Due
7/5/2006
 
Archive Date
9/3/2006
 
Small Business Set-Aside
N/A
 
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 the only solicitation; proposals are being requested and a written solicitation will not be issued. The Dugway Proving Ground, Directorate of Contracting is contemplating a sole source procurement with SCSI, 8208 Westpark Drive, Houston, TX 77063 This is a combined synopsis and solici tation for the following commercial item: CLIN 0001: 1 EA, Environmental Chamber, Specs for the Chamber: Overall dimensions are 15 x 20 x 9 or 10 high. Im not set in stone about the size.Temperature control 45-90oF,RH control between 10-60%, HEPA filt ered Air exhaust, adjustable from 50 CFM to 1000 CFM. Make up air can be through HEPA filters from ambient air outside the room. We want to be able to maintain up to ? negative pressure when needed at low air flow rates (50-100 CFM). This will probably require louvers on the intake ports. The above items will need to be under computer control with digital readouts. Stainless steel walls and ceiling with coved corners (at least semi-coved) for easy wash-down and cleaning. Slightly textured Epoxy, floor with center drain to accommodate wash-down. Air lock prior to entry into room with doors measuring at least 50 x 86. Air lock should hold 3 people. Observation windows with rollup blinds on the outside to block out light when desired. The blinds should have electric motor control and be operable from inside (a simple on/off switch for each blind). Size of windows is not critical but I want to accommodate at least 8 observers. The windows will be on two walls of the chamber. Dual electrical outlets ever y 8 feet. Outside control panel for turning the electrical outlets on/off. 2 Unistrut rails  4 from floor to ceiling on each of 2 adjacent inside walls. Plumb the chamber for decontamination with Vaporized Hydrogen peroxide. Fitting should be minimum o f 2 diameter with capability of accepting reducers (High grade PVC piping is acceptable. Inlet and outlet should be on opposite walls with the inlet located high and the outlet low. Extra penetrations (these can all be in one panel for simplicity if des ired): Air tight pass-through box (size 1 x 1 x 1). Swagelock Quick disconnects for air (2), vacuum (2) and water (1  ?) lines into chamber. 6 pipe fittings for other connections as needed. 3 Computer interface connections (1 RS232, 1 USB, 1 networ k). Pursuant to 10 U.S.C. 2304 (c)(1), and Federal Acquisition Regulation 6.302-1, supplies, services, and/or equipment required are available from one responsible source and no other types of supplies, services, and/or equipment will satisfy agency requ irements. THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES; however all responsible sources may submit a quotation which will be considered by the agency. Supporting evidence must be furnished to demonstrate the ability to comply with the Governments requir ements. If no responses are received, the Government will proceed with sole source negotiations with SCSI. This combined synopsis and solicitation for the following commercial items: (1) Purchase and delivery of 1 EA Environmental Chamber. This solici tation is issued as a request for proposal (RFP). Prices must include shipping cost to Accountable Propery Officer, Building 5464; Dugway UT 84022-5000 (FOB Destination). Submit written offers (oral offers will not be accepted, on RFQ W911S6-06-T-0109). All firms or individuals responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 339111 (500 employees) applies to this procurement. The following provisions and / or clauses applies to this acquisition: FAR 52.212-1 (JAN 2006) Instructions to Offerors - Commercial Items; FAR 52.212-3 (MAR 2005) ALT I (APR 2002) Offeror Representations and Certifications - Commercial Items, applies to this solicitation; FAR 52.212-4 Contract Terms and Conditions  Commercial Items (SEP 2005); FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (MAR 2006) (specifically, the following clauses cited in FAR 52.212-5 are applicable to this solicitation: FAR 52.203-6 (with ALT 1), 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 52.222-36; FAR 52.222-37; FAR 52.222-39; FAR 52.225-13; and FAR 52.232-33); DFARS 252.212-7000 Offeror Representations and Certifications  Commercial Items (NOV 1995); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Def ense Acquisitions of Commercial Items (JAN 2005) (specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 52.203-3, DFARS 252.225-7012, DFARS 252.225-7014, DFARS 252.225-7036, DFARS 252.227-7015, DFARS 252. 227-7037, DFARS 252.232-7003, DFARS 252.243-7002, and DFARS 252.247-7023 Transportation of Supplies by Sea. In addition, FAR 52.204-7 Central Contractor Registration OCT 2003, 52.247-34 F.O.B. Destination NOV 1991, 252.204-7004 Alt A Central Contractor R egistration (52.204-7) Alternate A NOV 2003, and Army Contracting Agency Executive Level Agency Protest Program applies to this solicitation. The following local clauses appy to this solicitation: Foreign Visitors / Employees, Location of U.S. Army Dugway Proving Ground, Normal Work Hours, Contractor Access to DPG, Submission of Invoices, and OSHA Standards. All proposals must be emailed to Ms. Lori Konkol at lori.konkol@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any question s or concerns, you may email Ms. Lori Konkol at lori.konkol@us.army.mil. Quotes are due no later than 10:00 AM, MST (Mountain Standard Time), Thursday July 05, 2006. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-JUN-2006. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01076064-W 20060624/060622222452 (fbodaily.com)
 
Source
FedBizOpps 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.