Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

H -- Combined Synopsis/Solicitation for Salt Fog Chamber

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J06T0013
 
Response Due
9/5/2006
 
Archive Date
11/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
It is anticipated that a firm-fixed priced, competitive purchase order will be issued for the procurement of a Salt Fog Chamber that meets the following requirements and specifications: The supplied Salt Fog Chamber shall be capable of meeting the testing requirements of ASTM B117 and ASTM D2247 (for humidity); The chamber shall be free-standing and have a capacity for testing between 29-33 cubic feet; The chamber functions shall be capable of running off 460-480 Volt 3 phase power, and the chamber accessories shall be capable of running off 110-120 Volt; Included with the chamber shall be the following: 1. Handheld digital pH measuring system, 2. Salt solution mixing tank with at least 55 gallon capacity with pump, filter, piping or tubing and fittings, 3. Specific gravity hydrometer capable of measuring the salt solution, 4. Shutdown Timer, 5. Deionized water filter system to convert city water to ASTM D 1139 type 4 water, 6. Data logging of chamber conditions, 7. 50 lbs of salt, 8. Internal racks, 9. Funnels and Graduated cylinders, 10. Gas or pneumatic cylinder assist on chamber lid, 11. Tubing to connect to floor drain within 8 feet, 12. Temperature control with in +/-1% The vendor shall deliver the Salt Fog Chamber within 5 weeks of award of purchase order. This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotation (RFQ), number W52P1J-06-T-001 3. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circula r 2005-12, Effective 04 Aug 2006. Quotations submitted in response to this solicitation shall include: (1) vendor unit name, corresponding vendor part number(s), and unit price, inclusive of shipping; (2) verification of delivery of the Salt Fog Chamber no later 5 weeks after purchase order award (5) verification that the Salt Fog Chamber shall be tested, individually preserved, packaged, marked, bar-coded and shipped, FOB Destination, in accordance with best commercial practices to: ECBC Rock Island AMSRD-ECB-END (Kelly Zimmerman) Building 131 Rock Island IL 61299 This procurement is a 100% set aside for Small Businesses. NAICS code for this solicitation is 541380 and the small business size standard is $11 million. The following FAR clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFFARA.HTM : 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation -- Commercial Items; The Government will award a purchase resulting from this solicitation to the responsible supplier whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors cons idered. Award will be made to lowest priced supplier which meets the minimum requirements as stated above. 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4 Contract Terms & Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items; The following clauses listed in 52.212-5 are incorporated: 52.219-6, Notice of Total Small Business Aside; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies 52.222.21, Prohibition of Segregated Facilities; 52.225-1 Buy American Act--Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by electronic Fund Transfer-Central Contractor Registration. 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work 52.247-34, F.O.B. Destination Interested sources may submit a firm-fixed priced q uotation which will be considered. Responses to this RFQ must be received by the Contract Specialist, Jessica Dobbeleare, no later than 5 September 2006, at jessica.dobbeleare@us.army.mil; facsimile (309)782-7257, or HQ, Army Sustainment Command, AMSAS-ACD-B (J. Dobbeleare), 1 Rock Island A rsenal, Rock Island, IL 61299
 
Place of Performance
Address: U.S. Army Sustainment Command ATTN: AMSAS-ACD-B Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01122335-W 20060824/060822221657 (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.