Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
SOLICITATION NOTICE

66 -- Analyzer

Notice Date
6/30/2008
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Adelphi, RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX08T0144
 
Response Due
7/7/2008
 
Archive Date
9/5/2008
 
Point of Contact
Hortensia E Tellez, 575-678-0697
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911QX-08-T-0144. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008. The associated NAICS code is 334516. This acquisition is unrestricted full and open competition. The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001-Quantity of One (1) Thermogravimetric Analyzer with high resolution and modulation modes;100 mg sample range; vertical balance design with horizontal gas purge; automated pan loading and furnace movement; software controlled, dual mass flow controllers with automated gas switching; ability to heat to 1200oC; linear heating rates of 500 C/min; ballistic heating rates of 2,000C/min; 25-position autosampler with a sealed pan punching system; Curie Point temperature calibration procedure; ability to attach a mass spec, FTIR probe, and other analysis equipment; full VGA color touch screen display. To include calibration and test materials and tools. Software for control of all modules in a Windows XP environment. Software shall include analysis program and real time data analysis, autoanalysis, ability to create up to 20 simultaneous curve overlay plots, a customer report generator using Microsoft Word and Excel templates, spreadsheet text files, PCX and HPGL graphics files, and ability to export ASCII data files. Operating and data analysis software shall be unkeyed and can be installed on Windows XP compatible computers with CD-ROM drives. Installation shall be provided according to ISO 9000 and shall include calibration with a traceable standard and a certificate of calibration. Training shall be provided on equipment after installation. Kit Ethernet Switch for communication between a Q Series module and an external controller; Twelve High Temperature Platinum Pans (Q5000 IR), 100 LCLIN 0002-Quantity of One (1) Dynamic Mechanical Analyzer providing viscoelastic measurements on materials from 1000 Pa to 1000 GPa; temperature and frequency range of operation at (-150 to 600 deg C) and (0.01 to 200 Hz); force range at a minimum range of 0.0001 to 18 Newtons; amplitude range at a minimum range of 0.5 to 10,000 microns with resolution to 1 nanometer over entire 25mm of drive shaft; ultra sensitive force measurements minimum of 0.0001 Newtons. Accessory kit shall include 35mm dual cantilever bending fixture or similar, digital calipers, steel standards and a torque meter. Time Temperature Superposition; software for complete experimental control of modules in a Windows XP environment. Software to include analysis program including real time data analysis, autoanalysis, ability to create up to 20 simultaneous curve overlay plots, a customer report generator using Microsoft Word and Excel templates, spreadsheet text files, PCX and HPGL graphics files, and ability to export ASCII data files. Operating and data analysis software shall be unkeyed and installed on Windows XP compatible computers with CD-ROM drives. Installation shall be provided according to ISO 9000 procedure. Training shall be provided on equipment after installation. Kit Ethernet Switch for communication between module and an external controller. CLIN 0003-Quantity of One (1) Low Friction 50 mm Three Point Bend Fixture; 50 mm length; low friction knife edges. CLIN 0004-Quantity of One (1) Humidity Control Accessory. Shall attach to DMA when furnace is in open position. Shall provide controlled humidity and temperature control for all clamp designs. Delivery is required by with 90 days after award of purchase order. Delivery shall be made to Army Research Laboratory, Aberdeen Proving Ground, MD 2100-5001. Acceptance shall be performed at Army Research Laboratory, Aberdeen Proving Ground, MD 21005-5501. The FOB point is Destination. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. 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: The following factors shall be used to evaluate offers: Technical, past performance, and price. The technical capability and past performance are of equal importance and when combined are slightly more important than price. The technical evaluation will be a determination as to whether the product being offered meets or exceeds the salient characteristics in paragraph (v) and (vi) above and shall be solely based on information furnished by the vendor. The government is not responsible for locating or securing any information which is not identified in the offer. Vendors must furnish as part of their offer all descriptive material such as cuts, illustrations, drawings, or other information necessary for the government to determine whether the proposed product meets the performance characteristics and specifications. If the vendor proposes 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 be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or government agencies and must include records of at least two recent sales and identify and identify a point of contact for 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 the best value to the government, price, and other factors considered. The government reserves the right to award to other than the lowest price and to award without discussions. The offeror shall complete the annual representations and certificates electronically at http://orca.bpn.gov or offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offerors shall complete DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items and submit with its offer. 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. 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/DFARS clauses cited in this clause are applicable: FAR 52.203-3, 52.203-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-5, 52.225-13, 52.232-33, DFARS 252.225-7001, 252.232-7003, 252.247-7024. Clauses and provisions can be obtained at http://www.arnet.gov. Offers are due on 07 July 2008, by 10:00 AM Mountain Daylight time, via email to hortensia.tellez@arl.army.mil. For information regarding this solicitation, please contact Hortensia Tellez, 575-678-0697 or email at hortensia.tellez@arl.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=be3ef4fad6785e5642be9de6796bf982&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN01604288-W 20080702/080630220617-be3ef4fad6785e5642be9de6796bf982 (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.