Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

66 -- Amendment 001 to Combined Synopsis/Solicitation for a Hexapod Environmental Chamber, 1 Each, which posted on 2007AUG24.

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
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-0506-001
 
Response Due
9/4/2007
 
Archive Date
11/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 001 to Combined Synopsis/Solicitation for a Hexapod Environmental Chamber, 1 Each is issued to clarify misprints of original notice. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Su bpart 12.6, as 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 Hexapod Environmental Chamber, 1 Each. This acquisition is a 100 percent Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 and Class Deviation 2005-o0001. The NAICS Code associated with this procurement is 3391118240, Laboratory and scientific Apparatus. The size standard is 500 employees. Defense Priorities and Allocations System ( DPAS) rating DOA5. Federal Supply Code is 6636. DoD Claimant Program Code is C9e. These codes will apply to the resulting order. Minimum Requirements for the Environmental Chamber: (1) Chamber Interior to fit over an existing 6 degrees of freedom vibrati on table and pit which is about 132 inches wide by 124 inches deep; (2)Temperature Range: minus 80 to plus 250 F plus or minus 1 degree F.; (3) Movable/rollable away from the vibration table and pit with the chambers being off the floor by 7 ? inches to cl ear the top of the vibration table; (4)The top of the chamber not to exceed 95 inches from the floor with the chamber size being approximately 87.5 inches high by 120 inches deep by 132 inches wide; (5) Two 2 inch ports, one on each side; (6) Programmable Controller 24-Steps; (7) Computer interface USB, RS485 or RS-232 and software for programming and data logging to a PC; (8) Temperature Safety Cut Off Devices; (9) Cooling Ramp Down and ramp up at 2 degrees F per minute; (10) Non-corrosive metal interior; (11) Sensors National Institute of Standards and Technology (NIST) traceable 1-yr calibration; (12) Power 110V 1 phase or 208 V 3 phase or 480 V 3 phase all 60 Hz; (13) 10-inch chart recorder to log temperature; (14) Assemblies and Parts must pass through a door opening of 118 inches high by 92 inches wide; (15) The front side of the chamber being approximately 132 inches wide being fully open able for loading the chamber and may have 1 or 2 doors; (16) 3 windows, one per side being at least 36 inches wide and 24 inches high; (17) three interior lights; (18) Floor of chamber being flexible membrane to accommodate interface with vibration table and to absorb air pressure changes during the operation of the vibration table; and (19) 8 hours of on-site training . Attachment 001, Drawing, 5 pages is available for viewing at Rock Island Solicitation Information Page, Draft Solicitations/Specifications/Scopes of Work at link designated below by CAUTION Note. Attachment 001 provides prospective offerrors with the flo or plans for information purposes in planning for the chambers installation at the Test Facility located in Building 131. (20) Delivery by commercial carrier with standard commercial packaging is required. FOB: Destination to DoDAAC W910RS, Edgewood Chemic al Biological Center; ATTN: Bill Meyer (309-782-5404), AMSRD-ECB-END (RI); 1 Rock Island Arsenal, Building 131 (Basement); Rock Island, IL 61299-7390. Required Delivery Date by 2008JAN31. However, this item is an urgent requirement. Early Delivery is accep table at no additional cost to the Government and upon coordination with the Government POC. Offers shall include sufficient detail in support of the above requirements; along with a detailed cost breakdown sufficient in detail to evaluate the overall cost s associated with the assembled chamber and a separate cost for training; Descriptive documentation includes, as a minimum, make, model, part number, nomenclat ure, quantity, detail of specifications; base, options, features, a detailed 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 e ach component. Evidence may include commercial marketing literature or other reliable information. The provision at 52.212-1, Instructions to Offertory--Commercial, applies to this acquisition. This solicitation incorporates one or more clauses by referen ce, with the same force and effect as if in full text. Full text of 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; f ill-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 consi st of the following sub-factors and are listed in order of importance and descending value: (1) Overall cost; (2) Ease of Chamber Movement and Operation; (3) Temperature Range exceeding minimum requirements; and (4) Length of Warranty/Service Agreement. T he Government reserves the right to award to other than the lowest priced offer. FAR 52.215-4513 TACOM LCMC (RI), PPIRS-SR Statistical Reporting Test will be used to evaluate offerors past performance. Offerors shall include a completed copy of the provisi on at 5 2.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Re quired To Implement 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, Applica ble Law for Breach 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) 52.222-21, 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 Purchases (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, and Required Central Contractor Registration. The full text of the FAR references may be accessed electronically at this address: http://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 activated to fully automate the response process https://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. Failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening/receipt of proposals may render your bid or proposal nonresponsive and result in the rejection of same. The Government is under no obligation and is in fact unable to maintain a bidders mailing list. Quotes are due not later than 11:00 AM DST on 2007SEP04. Contract Specialist: Mrs. Jane E. Nelson, 309-782- 5626, jane.nelson@us.army.m il. Contracting Officer: Mrs. Margaret C. Tuftee.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01384542-W 20070826/070824222037 (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.