Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

99 -- Design and Testing of Modular Gas-Phase Adsorber Filter Cells

Notice Date
7/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
333411 — Air Purification 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-06-R-0024
 
Response Due
7/26/2006
 
Archive Date
9/24/2006
 
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 the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition shall be posted as a RFP (Request for Proposal); W91ZLK-06-R-0029 is the issued document. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular. The U.S. Army Contracting Agency, Aberdeen Proving Ground, MD has a requirement for the purchase of gas adsorber filter cells for a period beginning with a BASE 2006 FY Year period from 1 September 2006 throug h 30 September 2006, and Two Option Years, Option Year One begins 1 October 2007 through 30 September 2008; Option Year Two begins 1 October 2008 through September 2009. Line item descriptions are as follows: CLIN 0001 GAS-ADSORBER FILTER CELL 24 IN. X 24 IN. X 16 IN. for an estimated quantity of 12 EACH FOR BASE YEAR. CLIN 0002 GAS-ADSORBER FILTER CELL 24 IN. X 24 IN. X 18 IN. FOR AN ESTIMATED QUANTITY OF 36 EACH BASE YEAR. CLIN 0002, OPTION YEAR ONE, GAS ADSORBER FILTER CELL, 24 IN. X 24 IN. X 16 IN. (OPTION YEAR ONE), ESTIMATED QUANTITY OF 24 EACH. CLIN 0004 (OPTION YEAR ONE), GAS ADSORBER FILTER CELL, 24 IN. X 24 IN. X 18 IN., FOR AN ESTIMATED QUANTITY OF 48 EACH. CLIN 0005 (OPTION YEAR TWO), GAS ADSORBER FILTER CELL, 24 IN. X 24 IN. X 16 IN., FOR AN ESTIMATED QUANTITY OF 24 EACH. CLIN 0005 (OPTION YEAR TWO), GAS ADSORBER FILTER CELL, 24 IN. X 24 IN. X 18 IN., FOR AN ESTIMATED QUANTITY OF 48 EACH. The detailed specifications are available upon request from the Contract Specialist, Jo Ann Hayes (4 10) 278-0771. The specified filters are designed and tested for use in once-through air cleaning systems where high efficiency removal of gaseous contaminants is a requirement. The adsorber cell frames shall be sided 24 inches x 24 inches x 1 inch and 24 inches x 24 inches x 18 inches. The adsorber cell shall be in accordance with Institute of Environmental Sciences IES-RP-CC-008-84, as modified in Annex A dated 16 July 1998. Exceptions to IES-RP-CC-008-84 for Type 1 (Pleated-Bed Cell) shall be availabl e upon request. Adsorbent Media (Carbon) shall meet the requirements of purchase description EA-C-1704, Carbon, Activated, Impregnated, Copper-Silver-Zinc-Molybdenum-Triethylenediamine(ASZM-TEDA). The gas filter housing requirement includes blower, dampe r, and in-place filter testing requirement. Acceptance criteria shall be limited to initial carbon lot qualification testing performed by the Government prior to the manufacture of adsorbers. If additional lots of carbon need to be qualified due to probl ems in design, manufacture or failure to pass required lot acceptance testing, the cost shall be the responsibility of the contractor. The cost of carbon lot qualification testing is $26,000.00. Upon request, the Government will also provide pre-producti on prototype testing of up to 4 adsorbers at no cost to the contractor. If additional prototype and/or lot acceptance testing is required beyond those stated above, those costs shall be the responsibility of the contractor at a rate of $800.00 per adsorbe r. The Government will be responsible for performing lot acceptance testing of manufactured adsorbers on a one-time basis at no cost to the contractor. The quantity of adsorbers required for lot acceptance will be 10 percent (rounded down) of the total a mount of adsorbers being purchased (required to undergo destructive DMMP testing, etc). Applicable provisions at FAR 52.212-5, Offeror Representations and Certifications, Commercial Items shall be completed by the offeror and submitted with their offer. FOB pricing is required. Clauses applicable to this proposed requirements type contract are: 52.212-1, Instructions to Offerors, Commercial Items. FAR 52.209- 4, First Article Approval, Government Testing , 52.211-4, 52.211-18, 52.212-4, 52.213-2, 52.216-19, 52.243-1, 52.252-2, by reference. FAR clauses incorporated by full text are 52.212-2, 52.212-3, and 52.216-21. The resulting contract shall be a firm fixed -price, ID/IQ. Award of this requirement shall be made to the lowest priced, technically acceptable offeror on an all or none basis. An offeror must quote on all items in this solicitation to be eligible for award and must agree to the required lot test ing prior to acceptance. The total price quoted shall be evaluated on the total for Base Year plus two (2) Option Years. Lot acceptance shall be performed by the Government. All offerors must be Central Contractor registered. All evaluation factors oth er than cost or price, to include technical and past performance, when combined are significantly more important than cost. All offers are due at the time and dated stated in this announcement to Jo Ann Hayes, Contract Specialist, US Army Contracting Agen cy, Aberdeen Proving Ground, (ATTN: SFCA-NRE-APC-T), MD 21005-3013. Offers are due by 26 July, 2006 NLT 4:30 PM EST. Additional information to include specifications, is available to offerors, and may be requested from Jo Ann Hayes, e-mail: joann.hay es@us.army.mil, (410) 278-0771. Faxs offers are acceptable at (410) 306-3726
 
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
SN01089525-W 20060716/060714221254 (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.