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

36 -- Dual-Planetary Vertical Mixer (1/4 pint)

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-07-T-0190
 
Response Due
7/23/2007
 
Archive Date
9/21/2007
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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; p roposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-07-T-0190. This acquisition is issued as a Request For Proposal (RFP). (iii) The solicitation document and incorporated provisions and c lauses are those in effect through Federal Acquisition Circular 1-28. (iv) The associated NAICS code is 333298. (v) The following is a list of contract line item number(s) and items, quantities and units of measure: 0001 1 Ea Model 1PX Dual-Planetary Vertical Mixer (1/4 Pint) with 1 bowl (vi) Description of requirements: The above item is manufactured by B&P Process Equipment, 1000 Hess Avenue, Saginaw MI 48601 and is being solicited on a Brand Name or Equal basis. The following are the salient characteristics for this item: The mixer d rive motor of 1/6 horsepower (hp) at 40 rpm speed - rated as explosion proof for Class I, Group D, and Class II, Groups E, F&G atmospheres; Operator control - remote, with controls in a non-explosion proof area; the equipment must allow for operation under a full vacuum; all bearings within the rotating housing must have a minimum B-10 rating of 30,000 hours; interior of mixer bowl - fabricated of Type 304 stainless steel and surface has a 50-74 micro-inch or better finish; mixer bowl must have a working c apacity of 0.25 US pints and a total bowl capacity of 0.5 US pints; a jacketed container/bowl certified in accordance with the latest edition of and addenda to Section VIII, Division 1 of the A.S.M.E Code for Unfired Pressure Vessels to allow for heating or cooling media; all moving drive components are guarded as per OSHA (Occupational Safety and Health Agency) requirements; high shear necessary for mixing viscous materials up to 150kp (kilopoise); and an explosion proof E-stop box. (vii) Delivery is requ ired within 26 weeks after receipt of order. Delivery shall be made to U.S. Army Research Laboratory, Shipping and Receiving, Aberdeen Proving Grounds, Building 434 APG MD 21005-5001. Acceptance shall be performed at the U.S. Army Research Laboratory, Sh ipping and Receiving, Aberdeen Proving Grounds, Building 434 APG MD 21005-5001. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: _NONE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performan ce, and price. The technical capability and past performance are of equal importance and when combined are more important than price. The technical evaluation will be a determination as to ability of the product to meet the salient characteristics of th e brand name product and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor pro poses to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will b e evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or gove rnment agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules and warranty and maintenance reputation. Offerors must include records of three recent sales and identify a point of contact f or each by providing a name and telephone number. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves th e right to award to other than the lowest price, an all or none determination, and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6; FAR 52.211-6; FAR 52.219.8; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.2 22-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-5; FAR 52.225-13; FAR 52.225-15; and FAR 52.232-33. (xiii) The following additional contract requirement(s) or terms and conditions apply: DFARS 252.212-7000 and 252.212-7001 apply to this acquisition. The following DFARS clauses cited in 252.212-7001 apply: DFARS 252.225-7012; DFARS 252.225-7016; and DFARS 252.247-7023 alternate I. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtaine d at http://www.arnet.gov. The following local contract requirement(s) or terms and conditions apply: ARL-B-004-4409; ARL-B-004-4411; ARL-G-032-4408; ARL-H-004-4408; ARL-H-005-4401; ARL-B006-4400; ARL-L-15. Clauses and Provisions can be obtained at htt p://w3.arl.army.mil/contracts/kosol.htm. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DO-C9. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 23 July 2007, by 1500 hour s (3pm Eastern Standard Time) via email to jcc@arl.army.mil. (xvii) For information regarding this solicitation, please contact Jean Craig, Contract Specialist at (410) 278-6514.
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen Satellite ATTN: AMSRD-ACC-AA Bldg 434 Aberdeen Proving Grd MD
Zip Code: 21005-5066
Country: US
 
Record
SN01340803-W 20070714/070712221457 (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.