Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

41 -- Laboratory Environmental Chamber

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Office of Acquisition Management, HAAM, Room 4410 400 7th Street, S.W., Washington, DC, 20590, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTFH61-07-Q-00088
 
Response Due
7/26/2007
 
Archive Date
8/10/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPIS/SOLICIATION AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The associated North American Industry Classification Systems (NAICS) code for this acquisition is 333415 with a small business size standard is 750 employees. This acquisition is 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and manufacturer must qualify as a Small Business Manufacturer under the NAICS code identified above. The Federal Highway Administration (FHWA) has a requirement for a Laboratory Environmental Chamber to heat, cool and circulate air in an enclosed chamber for laboratory research. The anticipated period of performance will be within 70 days from the effective date of award. The contractor shall provide a quote for the following line item(s): Line Item 0001: One (1) Each, Laboratory Environmental Chamber Line Item 0002: One (1) Lot, Delivery and Shipping Costs Line Item 0003: One (1) Lot, Installation and Calibration Cost Line Item 0004: One (1) Lot, Training Costs for three (3) people The contractor shall meet the following required specifications: (If the required specifications are not met the offer/chamber will be rejected). (a) a programmable temperature controller with the following features 1. personal computer interface via GPIB/IEEE-488 2. ability to select between two sensors for control; one sensor must have an 8 foot lead wire (b) an analog DC voltage output that scales the range of the chamber temperature and retransmits the temperature reading in analog voltage. The limits on the voltage are between +10 Volts DC and -10V DC (c) the chamber must be outfitted with one 8-inch intake and one 8-inch exhaust port on left side - facing chamber (right side - looking out of chamber), (d) two 10-foot-long insulated flexible hoses fitting the exhaust and inlet ports (e) a sufficiently sized circulating blower to meet the temperature control requirement below in (f) (g) and (h) between 400 and 600 cubic feet per minute at 1-inch static pressure (f) the chamber will pass conditioned air to and from a secondary environmental chamber via the insulated hoses and circulating blower (g) the capability of the chamber and temperature control must able to reach between -30.0 degrees Celsius to +70.0 degrees Celsius and maintain at +/- 0.3 degrees Celsius in both the main chamber and secondary chamber at equilibrium. The secondary chamber is approximately 32 cubic feet in size and contains a test fixture which is steel and 320 kg of mass (h) a feature or subsystem that continuously purges the chamber with dry air and positive pressure no less than 6 cubic feet per minute to reduce dew point and minimize frosting and condensation (i) adjustable feet and caster wheels (j) 2-inch diameter cable ports with silicone plugs (k) include delivery, set up, installation, calibration and, basic training for three (3) people (l) include a 1-year warranty on all parts and labor (m) chamber with open door must fit in volumetric footprint in sketch below In responding to this solicitation, your offer MUST include the following information: Date of Delivery; Business Size; Federal Tax Identification (FID); Dun & Bradstreet Number; Payment Terms; Correct mailing address and point of contact (name, telephone number and email address) NOTE: All contractors must be registered in the Central Contractor Registration (CCR) prior to award of any contract. For full text of FAR Clause 52.204-7 CCR to http://www.acquisition.gov For more information on CCR to http://www.ccr.gov Failure to furnish all information required above may result in your offer being considered non-responsive. This is a Simplified Acquisition and shall be awarded as a Small Business set-aside. Award of a fixed Price Purchase Order is anticipated. The award resulting from this solicitation will be made to the offeror whose offer meets all of the specifications/requirements outlined in the Statement of Work and is the lowest price. Your offer must be received no later than 3:00 pm Eastern Standard Time, Thursday, July 26, 2007, to (LATE OFFERS WILL NOT BE CONSIDERED): Angela A. Jones, Federal Highway Administration, Office of Acquisition Management, 1200 New Jersey Avenue, SE, Mail Stop W36-455, Washington, DC 20590. NOTE: Security procedures prohibit non-uniformed couriers from delivering material directly to offices in the DOT building. Only uniformed couriers from FedEx and the United Parcel Service, who are dressed in a uniform bearing their organizations name and possessing official identification, may deliver proposals or sealed bids directly to the Office of Acquisition Management. Other couriers and individuals must deliver material to the mail room/visitors center at the new buildings main entrance at 1200 New Jersey Avenue, SE. The guard will accept the material, dismiss the courier, and then the material will be examined and x-rayed prior to being delivered to the Office of Acquisition Management through the normal building mail delivery procedures, which could add one or more working days. Alternatively, offerors may ask the guard to call the Acquisition Office (x64232) to have someone come down and accept the material once it has been examined; while we will do our best to accommodate such requests, FHWA is not responsible if someone is not immediately available to pick up your proposal. Offerors must make allowances for these procedures in order to assure that offers arrive on time. Bids/offers must be received by the Office of Acquisition Management by the time and date due, to be considered timely, not just delivered to the mail room/visitors center. To assist in expediting delivery, the outside of the envelope/package containing the offer must be marked with the completed Optional Form 17, Offer Label, available on line at http://www.fhwa.dot.gov/aaa/forms.htm. (PLEASE CALL TO ENSURE THAT YOUR OFFER HAS BEEN SUCESSFULLY DELIVERED PRIOR TO THE DEADLINE). Any technical questions regarding this Request for Offer MUST be submitted via email to: Angela.Jones@dot.gov The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html The following provisions apply to this solicitation: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 52.204-8 Annual Representations and Certifications (JAN 2006) The following clauses apply to this acquisition: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-7 Central Contractor Registration (MAR 2007) 52.243-1 Changes - Fixed Price (Alternate I) (AUG 1987) (Applies only when the order requires the performance of a Service) 52.243-1 Changes - Fixed Price (Alternate II) (AUG 1987) (When the order requires the furnishing of both Services and Supplies) 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items) (MAR 2007) All offerors shall submit (using a uniformed courier): An original and three (3) copies.
 
Place of Performance
Address: 6300 Georgetown Pike, McLean, Virginia
Zip Code: 22101
Country: UNITED STATES
 
Record
SN01340527-W 20070714/070712220854 (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.