Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

66 -- Autoignition Temperature Apparatus

Notice Date
8/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
1300108818
 
Archive Date
9/20/2008
 
Point of Contact
Ryan M. Cowne,, Phone: 3017578987
 
E-Mail Address
ryan.cowne@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation RFQ 1300108818 Auto-ignition Temperature Apparatus 1. This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR Part 13 and Subpart 12.6 as supplemented with additional information included herein. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The provisions at FAR 52.212-1 and 212-2 apply. FAR 52.212-4 and 52.212-5 (Deviation) will be included in any award resulting from this notice. Full text for these FAR provisions and clauses may be accessed at http://farsite.hill.af.mil/ 2. In accordance with FAR 19.5, this acquisition is under NAICS code 334516 – Analytical Laboratory Instrument Manufacturing and is 100% set aside for Small Business concerns. The Small Business Size Standard for this NAICS code is 500 employees or less. 3. SCOPE: The Naval Air Warfare Center – Aircraft Division (NAWCAD) has a requirement for an Auto-ignition Temperature Apparatus that meets ASTM Specification E659 - Standard Test Method for Autoignition Temperature of Liquid Chemicals. This specification is an industry and Government coordinated specification that defines: the application, procedure, test apparatus, and data analysis for determining the temperature at which a liquid material will self-ignite in the presence of air. A copy of this specification can be obtained from ASTM International, 100 Barr Harbor Drive, PO Box C700, West Conshohocken, PA, 19428. The Navy uses this specification to determine the autoignition temperature of turbine fuels. 4. REQUIREMENTS: The Contractor shall supply an Autoignition Temperature Apparatus, and related accessory items, that meet or exceed the following minimum requirements: CLIN 0001 - ASTM E659 – 78(2005) Auto-Ignition Temperature Apparatus with a 500 ml reaction flask, (240V, 60 Hz, 3 ph electrical power). Quantity: 1 Each. CLIN 0002 – Test Sample Syringe, 1 ml. Quantity: 1 Each CLIN 0003 – Sample Injection Needle, 6 inch, stainless steel. Quantity: 1 Each CLIN 0004 – Hot Air Purge Gun, (120V, 60 Hz, 1 ph electrical power). Quantity: 1 Each CLIN 0005 – Strip Chart Data Recorder, (120V, 60Hz, 1 ph electrical power). Quantity: 1 Each CLIN 0006 – Black Ink Pens for strip chart recorder. Quantity: 6 Each CLIN 0007 – Strip Chart Paper for the strip chart recorder. Quantity: 6 Rolls CLIN 0008 - Standard Commercial Warranty. NSP = Not Separately Priced. Quantity: 1 Copy 5. EVALUATION: Quotations will be evaluated based on the following factors: TECHNICAL, PRICE, DELIVERY, and PAST PERFORMANCE. All factors are of equal importance, however, the Government reserves the right to make an integrated evaluation which results in the Best Value to the Government, price and other factors considered. Award may go to other than the lowest price at the sole decision of the Government. We may award to one or none of the Offerors. We may award with or without discussions. No split awards will be made. TECHNICAL: Please provide commercial brochures/literature and technical specification sheets for the quoted items, and/or other information sufficient to show how the product meets all of the Government’s minimum technical requirements/specifications as provided herein. PRICE: Please provide a Firm Fixed Price (FFP) per each separate CLIN (line item) shown above, including all discounts which may be applicable. PRICING SHALL INCLUDE FOB DESTINATION terms to NAWCAD, Patuxent River, MD 20670. DELIVERY: Please specify a date for delivery, after receipt of a written purchase/delivery order. PAST PERFORMANCE: Please provide three prior contract or purchase order numbers; for recent, same or similar products sold, including unit prices sold. Include a customer end-user point of contact and phone number for each contract/purchase order record provided. The Government may evaluate general customer satisfaction with the product, on-time delivery, ease of warranty claims and any other information determined by the Contracting Officer regarding the Contractors ability to deliver a quality product. The Government reserves the right to obtain past Performance information from any source and not solely from the information provided by the Contractor. Prior pricing information may be used to perform an internal price analysis. 6. ALL QUOTATIONS SHALL INCLUDE A COMPLETED COPY of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The automated system for complying is called On-Line Representations and Certifications Application (ORCA), and is available at: https://orca.bpn.gov/login.aspx For additional information, see the ORCA FAQ sheet at: https://orca.bpn.gov/faq.aspx If the Contractor’s ORCA Reps and Certs are not available to the Government or not sufficiently completed on-line in ORCA, the Contractor must provide the individual completed Representations and Certifications as stated above. 7. To receive an award from Department of Defense, contractors must be registered in the CCR database, available at: www.ccr.gov 8. NOTICES: Any award that may result from this combined synopsis/solicitation will require the use of Wide Area Work Flow – Receipts and Acceptance (WAWF-RA or WAWF) which is an electronic form of invoice, receipt and acceptance. No paper invoices or paper receipt/acceptance procedures will be permitted. Numbered Note 1 applies. Quotations should be submitted via common carrier such as FEDEX, UPS, or USPS for example, or by e-mail using PDF files. The Government is not responsible or liable for any lost or misdirected delivery by common carrier, postal office, e-mail, or any other method of delivery. It is the sole responsibility of the contractor to ensure their quotation has been received by this office by the closing date and contains ALL of the requirements as stated in this combined synopsis/solicitation. Comments or questions should be submitted via e-mail. No phone calls please.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3b7e0693a0b759bb4c1b16fee5114cba&tab=core&_cview=1)
 
Place of Performance
Address: Naval Air Warfare Center, 22229 Elmer Rd, Unit 4 Bldg 2360, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01649893-W 20080827/080825221338-3b7e0693a0b759bb4c1b16fee5114cba (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.