Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

66 -- Viscometers and Thermal Printers

Notice Date
8/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-001010037
 
Response Due
8/16/2006
 
Archive Date
8/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a modification to synopsis Number N00421-06-P-0444 to revise the quantity of the requirement and to change the date for of receipts of quotes. The Naval Air Warfare Center - Aircraft Division (NAWCAD) has a requirement for eight Viscometers, and eight compatible printers (internal or external). In accordance with FAR 19.5, this acquisition is a 100% Small Business set-aside under NACIS code 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables. Numbered Note 1 applies The Viscometer shall meet the following minimum requirements: 1. The viscometer must be able to measure viscosity in range of at least 5-100 centipoises. Dilution of sample to achieve this range is not permissible. 2. Display of analysis results be user selectable to be in either centipoises or centistokes. 3. Viscometer accuracy must be within +/-1% 4. Viscometer repeatability must be +/- 0.8% of reading. 5. The viscometer must have an Auto-calibration routine. 6. The viscometer must include a self contained, internal, integrated temperature control, with the temperature for the viscosity measurement operator selectable from just above ambient temperature to 180 degrees C. 7. Must accommodate sample sizes of 3 milliliters or less. 8. The viscometer must include a RS 232 interface for data output. 9. The viscometer must operate correctly on uneven or slanted surface. 10. Viscometer operation must not be affected by: a. Vibration of 4-15 Hz at a table amplitude of 0.030 +/- 0.006 inches for 2 hours, dynamic b. Shipboard roll : 5 degrees with a period of 14 seconds, 1 degree pitch with a period of 8 seconds, c. Static list of 5 degrees and 5 degrees trim, fore and aft. 11. Viscometer must operate within specified limits at temperatures of 10 degrees C to 43 degrees C 12. Viscometer must operate within specified limits at relative humidity between 0 to 95 percent. 13. PRINTERS: The viscometer must be capable of producing a printed report of each sample test via an integrated printer or a separate compatible unit, provided the overall bench space for the viscometer, including any printer, does not exceed 24? x 24?. 14. The viscometer must save the most recent 250 test results or better. 15. The viscometer must include an industry standard commercial warranty. 16. The viscometer must be compatible with the following fluids: MIL-PERF-23699, DOD-L-85734, MIL-H-83282, MIL-L-9000, MIL-L-2104, MIL-L-22072, MIL-H-17331, MIL-PERF-2105, and ISO 220 Gear oils. This notice is a revised combined synopsis/solicitation for commercial items prepared under the authority of FAR 13 , as supplemented with additional information included herein. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The provisions at FAR 52.212-1 and 212-2 apply. FAR 52.212-4 and 212-5 will be included in any award resulting from this notice. Full text for these FAR provisions and clauses may be accessed at http://farsite.hill.af.mil/ Quotations will be evaluated based on the following factors: Technical, Price, Delivery, and Past Performance. All factors are of equal importance. Technical: please provide commercial brochures/literature for both the viscometer and printer, test results, and/or other information sufficient to show how the product meets all minimum technical requirements/specifications as provided herein. In addition provide a copy of the standard commercial warranty terms and conditions. Price: please provide a firm fixed price per unit and cite any GSA Schedules and/or any other discounts which may be applicable. Pricing shall include FOB destination terms to NAWCAD, Patuxent River MD 20670. Delivery: please specify a date for delivery of all items after receipt of a written purchase/delivery order. Past Performance factor: please provide three prior contract or purchase order numbers; for recent, same or similar products sold. Include a point of contact and phone number for each contract/purchase order record provided. All proposals shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The automated system for complying is called On-Line Representations and Certifications Application (ORCA), and is available at: https://orca.bpn.gov/login.aspx For additional information, see the ORCA FAQ sheet at: https://orca.bpn.gov/faq.aspx To receive an award from Department of Defense, contractors must be registered in the CCR database, available at: www.ccr.gov Comments or questions should be submitted via e-mail. No phone calls please. Proposals should be submitted via common carrier such as FEDEX, UPS, or USPS for example.
 
Place of Performance
Address: Department of the Navy, Naval Air Systems Command, 296 Farrar Road, Navy Oil Analysis Program Pensacola, FL
Zip Code: 32508-5021
Country: UNITED STATES
 
Record
SN01103423-W 20060803/060801221507 (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.