Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOLICITATION NOTICE

66 -- Cryogenic Sample Cooler

Notice Date
3/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7000-07-T-0067
 
Response Due
3/21/2007
 
Archive Date
4/5/2007
 
Description
This is a combined synopsis/solicitation for commercial items or services of a NAME BRAND OR EQUAL item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), under RFQ number FA7000-07-T-0067, in accordance with FAR Parts 12 & 13. The proposed acquisition is unrestricted. 8(a)/Hubzone, disabled veteran, women-owned and small disadvantaged owned small businesses are encouraged to submit quotes. LINE ITEM 0001: Cryogenic Sample Cooler, QTY: 1 EA Please Note: This is a 52.211-6 Name Brand or Equal Requirement. Each quote must provide a detailed line item description which must comply with the following specification: The Department of Physics at the US Air Force Academy has a requirement for a cryogenic sample cooler and associated compressor. The sample cooler system is a device capable of reducing the temperature of a sample inside the optical chamber to 10 Kelvin with 2W of cooling at 20 Kelvin. This will allow the Faculty to perform atomic and molecular cooling/trapping experiments in the laboratories. The Brand Name specified is the Janis model CCS-150 cryogenic sample cooler and model 8200 compressor with associated electronics and cooling lines. The salient physical, functional and performance characteristics are as follows: * Cooling temperature range 10K to 325 K * 2 watts cooling power @ 20K * Cool down time from 300K to 10K of 30 minutes or less * Optical sample has four 1.62? diamter fused quartz windows with f=1 * 1.5 diameter copper sample mount inside optical chamber * 10 pin electrical feed through * Evacuation flange with NW-25 fitting No removal of old or installation of new requirement. Delivery FOB Destination. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. Add to 52.212-2 "The government will award a purchase order resulting from this solicitation to the responsive, responsible offeror whose offer is conforming to the solicitation and is the most advantageous to the government, price and other factors considered. All responsible small business sources may submit a proposal, which shall be considered by the agency. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose technically acceptable offer conforming to this combined synopsis/solicitation will be most advantageous to the government, price and other factors considered. Only technically acceptable offers will be evaluated. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The following factors shall be used to evaluate offers. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price, which meets the Name Brand or Equal Specifications provided above. Please submit your quote with all pertinent point of contact information including CCR Cage Code, DUNS No., Tax Id No., and size/type of small business. In addition, your quote should provide unit price, total price, delivery date, and FOB Destination. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Delivery requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. Delivery/Ship To address: Transportation Officer ? FE7000 Transportation Officer 8110 Security, Door 11/12/13 USAF Academy CO 80840 FOB: Destination Delivery Date: 60 Days After Receipt of Order or Better Offeror must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, and no addenda applies. The provisions at 52.212-2, Evaluation--Commercial Items applies to this acquisition. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition, no addenda applies. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 14, 15, 16, 18, 24, 25, 29, 30 and (c) 1, 2. In addition, the following FAR and DFAR clauses are hereby incorporated by reference: FAR 52.211-6 ? Brand Name or Equal; FAR 52.204-7 Central Contract Registration; FAR 52.233-3 and 52.233-4; FAR 52.225-13 Restrictions on Certain Foreign Purchase; FAR 52.232-1 Payment; FAR 52.242-15 Stop-Work Order; FAR 52.247-35 FOB Destination; FAR 52.252-2 Clauses Incorporated By Reference; DFARS 252.225-7014 ALT I Preference For Domestic Specialty Metals (Jun 2005) ? Alt I; and DFARS 252.225-7031 Secondary Arab Boycott of Israel. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) and DFARS 252.232-7003 Electronic Submission of Payment Requests in addition to DFARS: 252.204-7004, Required Central Contractor Registration. The full text of any provision can be accessed electronically at http://farsite.af.mil. Offers must be received NLT , March 21, 2007, at 10th MSG/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes may be faxed to the attention of Mike Slocum, Contract Specialist, 719-333-9103 or email to michael.slocum@usafa.af.mil.
 
Place of Performance
Address: USAF Academy, Colorado
Zip Code: 80840
Country: UNITED STATES
 
Record
SN01250901-W 20070316/070314221140 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.