Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
SOLICITATION NOTICE

66 -- Dynamic Shear Rheometer (DSR)

Notice Date
5/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA, 98661-3801, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTFH70-07-Q-00014
 
Response Due
6/6/2007
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Request for Quotation is being issued by the Federal Highway Administrations Simplified Acquisitions Department with the intent to procure a Dynamic Shear Rheometer Test System, which will include installation and training at the following location: Federal Highway Administration, Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA 98661. This procurement is being re-announced as UNRESTRICTED; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code is 334516 with a size standard of 500 employees. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming with the solicitation will be most advantageous to the Government. See Clause 52.212-2, below, for evaluation criteria. Solicitation No. DTFH70-07-Q-00014, Request for Quotation (RFQ), is prepared in accordance with FAR Part 12, the acquisition of commercial items in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from http://www.arnet.gov/far/. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (website: http://www.ccr.gov/), or be registered prior to receiving award: (888) 227-2423. Once this combined synopsis/solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Description of requirement: Purchase, Installation and Training for a Dynamic Shear Rheometer (DSR) Test System consisting of: Parallel metal plates; environmental chamber; loading device; control and data acquisition system (computer and monitor). The system must meet the requirements of AASHTO T315 and the proposed AASHTO Standard for Multiple Stress Creep Recovery Test. The rheometer must be capable of running in a controlled shear rate or strain mode during a flow and oscillation experiment. The rheometer torque motor must not require periodic calibration with weights and pulleys or any other devices. The rheometer must have the capability to run at least 2000 cycles of creep and recovery tests with multiple user selectable creep loading and recovery times and shear stress and shear strain rates. During temperature sweeps, the gap must automatically adjust for thermal expansion/contraction of the measurement plates, and be software-ware regulated. The rheometer must use an air bearing. System Controller Requirements: Windows XP Professional; Service Pack 2 for Windows XP Professional; Memory Ram - 512MB minimum 1GB preferred; PCI slots ? 2 full size slots minimum 3 preferred; 9-pin Serial (RS232) Port; USB 2.0 ports front and rear, Network card as required; Hard Drive ? 20GB minimum, 80GB preferred; CD-ROM combo drive, 48x minimum; Processor ? P4 minimum. Quantity: 1 each Contractor/vendor shall submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items with product features, specifications, certifications and pricing. Written offers must be received no later than 2 pm Pacific Time, June 6, 2007. Mail to: Federal Highway Administration, Attn: Simplified Acquisition Section, 610 East Fifth Street, Vancouver, WA 98661. NOTE: Fax, electronic and oral offers will not be accepted and considered non-responsive. CONTACT: Toni Palmer, Contracting Officer, (360) 619-7726. Technical Contact: Bill McKenna (360) 619-7783. 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov/far 52.252-2 Clauses Incorp. By Reference This contract incorporates one or more clauses by reference with the same full force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far Contract Terms and Conditions that apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? incorporated by reference. FAR 52.212-3, Full Text Offeror Representations and Certifications ? Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items- (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Pub.L.108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: 52.222-3 Convict Labor (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169) Alternate I; 52.225-13, Restrictions on Certain Foreign Purchases (E.o.s. proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332 52.212-2 -- Evaluation ?Commerical Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Product features, technical capabilities, ease of use, installation, training, technical support, and price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 31-MAY-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: 610 East Fifth Street Vancouver, WA
Zip Code: 98661
Country: UNITED STATES
 
Record
SN01306909-W 20070602/070531222002 (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.