Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
MODIFICATION

66 -- Amendment 04 to CSS W52H09-07-T-0328 for four (4) Humidity Control Chambers

Notice Date
5/18/2007
 
Notice Type
Modification
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-07-T-0328
 
Response Due
5/29/2007
 
Archive Date
7/28/2007
 
Point of Contact
Jane E. Nelson, 309-782-5626
 
E-Mail Address
TACOM - Rock Island
(jane.nelson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Amendment 04 to Combine Synopsis/Solicitation (CSS) W52H09-07-T-0328 supersedes the basic CSS and Amendments 01 through 03. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in Subpart 12.6, a s 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 U.S. Army, TACOM, Rock Island, Illinois, intends to negotiate and award a firm fixed-priced type contract for a Humidity Control Chamber. This acquisition is a 100 percent Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquis ition Circular 2005-16 and Class Deviation 2005-o0001. The NAICS Code associated with this procurement is 334516 with a size standard of 500 employees. Defense Priorities and Allocations System (DPAS) rating DO-C9e will apply to the resulting order. Min imum Requirements for Humidity Control Chamber follows: 1) Interior Size at least 30 cubic feet; 2)Temperature Range: 50-190ºF (+/- 1 ºF ); 3) Relative Humidity 10% to 95% (RF) (+/- 2% RH); 4) 1  2 Diameter Port; 5) 4 Mounted Casters; 6) Programmable Controller 24 Steps; 7) Computer interface USB or RS485 or RS-232 and software for programming and data logging on a PC; 8) 4 Adjustable Shelves; 9) Temperature and Low Water Safety Devices; 10) Cooling Ramp Down - 2ºF per min; 11) Heating Ramp Up - 2ºF p er min; 12) Tap Water Used For Humidification; 13) Stainless Steel Interior Chamber ; 14) Sensors NIST traceable 1 yr calibration; 14) Power 110V+ 5% or 230 + 5% or 460 V + 5%, 60 Hz 1 or 3 phase power; 15) 10 chart recorder to log temperature and humi dity; and 16) Delivery not to exceed 12 weeks. Note: Proposal shall include the overall cost of the complete chamber to provide for cost comparison. CLIN 0001, Quantity: 4. CLIN 0002, Quantity 1 as an option to purchase Humidity Chamber as described by CLIN 0001. CLIN 0003, Quantity 1 as an option to purchase Humidity Chamber as described by CLIN 0001. CLIN 0004, Quantity 1as an option to purchase Humidity Chamber as described by CLIN 0001. CLIN 0005, Quantity 1 as an option to purchase Humidity Cham ber as described by CLIN 0001. Delivery by commercial carrier with standard commercial packaging is required. FOB: Destination to DoDAAC W910RS, Edgewood Chemical Biological Center; ATTN: Bill Meyer (309-782-5404), AMSRD-ECB-END (RI); 1 Rock Island Ars enal, Building 131 (Basement); Rock Island, IL 61299-7390. Required Delivery by 2007AUG31. Early Delivery is acceptable at no additional cost to the Government and upon coordination with the Government POC. Offers must provide sufficient documentation or evidence to determine technical capability to meet or exceed the minimum Government requirements. Descriptive documentation includes, as a minimum, make, model, part number, nomenclature, quantity, detail of specifications; base, options, features, a d etailed cost breakdown sheet, and a specified delivery date. Information should clearly identify the manufacturer, country of origin, part number, unit price, and length of warranty for each component. Evidence may include commercial marketing literature or other reliable information. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. This solicitation incorporates one or more clauses by reference, with the same force and effect as if in full text. Full text o f a clause may be accessed electronically at: http://farsite.hill.af.mil/ or http://www.arnet.gov/ far/. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins for Paragraph (a) are Technical capability of the item to meet or exceed the minimum government requirements, Past Performance and Price. Technical and Past Performance, when combined, are more important than price . Technical evaluation shall consist of the following subfactors and are listed in order of importance and descending value: 1) Cost per Cubic Foot ; 2) Exceeding Minimum Requirements (Value Added); 3) Contractor Past performance; 4) Number Of Weeks For Delivery; and 5) Length of Warranty. Based upon an independent assessment of all factors and subfactors, the Government reserves the right to award to other than the lowest priced offer. Offerors shall include a completed copy of the provision at 5 2.212 -3, Offeror Representations and Certifications-Commercial Items with its offer. The clause at 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 Implem ent Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: (1) 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Bre ach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644); (15) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126); (16) 52.222 -2 1, Prohibition of Segregated Facilities (JUN 2004); (17) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); (19) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); (26) 52.225-13, Restrictions on Certain Foreign Purc hases (FEB 2006)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); and (31) 52.232-3 3, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 33 32). Additional clauses that apply to this acquisition are: 52.204-7 Required Central Contractor Registration, 252 .204-7004 Required Central Contractor Registration. The full text of the FAR references may be accessed electronically at this address: ht tp://farsite.hill.af.mil. CAUTION: This solicitation will be issued only through this synopsis. TACOM LCMC has established the capability to receive bids, proposals, and quotes electronically. A hotlink from the TACOM-RI Solicitation Page has been activ ated to fully automate the response process http://aais.ria.army.mil/aais/SOLINFO/index.htm. It is incumbent upon an interested party to periodically access this Internet address to obtain any issued amendments. Quotes are due not later than 11:00 AM DST on 2007MAY29. Contract Specialist: Mrs. Jane E. Nelson, 309-782-5626, jane.nelson@us.army.mil. Contracting Officer: Mrs. Margaret C. Tuftee. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAE20/W52H09-07-T-0328/listing.html)
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01298710-F 20070520/070518224349 (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.