Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

66 -- Temperature Double-Well Calibration Bath

Notice Date
8/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665
 
ZIP Code
23665
 
Solicitation Number
FA4800-08-Q-UJ05
 
Point of Contact
Ursela C. Jackson,, Phone: 7577647460
 
E-Mail Address
ursela.jackson@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-08-Q-UJ05. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is set-aside for 100% small businesses. The associated NAICS code is 334513 with a 500 employee's size standard. This RFQ contains 1 line item. The line item description is as follows: CLIN 0001-AA Temperature Bath - Temperature Bath for precision temperature measurements. Two separate Test Wells with minimum depth requirement of 11.3" minimum diameter of 2.6"; test wells need to be approximately 60 cubic inches in volume with a minimum 0.25" deep mercury trap on bottom. Two wells will be utilized one for cold measurements (down to -40ºC) and the other for hot measurements (up to 300ºC). This is due to the two different fluids needed. Due to ventilation restrictions, fluid mediums used should minimize health concerns (i.e. toxic fumes). Current medium used are Halocarbon 0.8 and Dow 710. Maximum space for unit is a 5 foot long X 3 foot width X 4 feet in height. Temperature Well must be mobile. Temperature Bath standard specifications are as follows: -100 degrees Celsius to -40 degrees Celsius with a +/- 5 degrees Celsius accuracy and +/-.05 degree stability -40 degrees Celsius to 150 degrees Celsius with a +/- 1 degrees Celsius accuracy and +/-.01 degree stability 150 degrees Celsius to 300 degrees Celsius with a +/- 5 degrees Celsius accuracy and +/-.05 degree stability Temperature Uniformity: +/-.05 degrees Celsius between any two points in the test well. The end item should meet the following minimum requirements: See above. End Item Description. Submittal of "Or Equal" items are allowed under this solicitation. When quoting an "or equal" item, offeror must submit all descriptive literature, specifications, catalogs, etc., along with their quotation, necessary to meet the requirements of this solicitation to be eligible for award. FOB point is Destination. The required delivery date is 6 October 2008. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Christin L. Lockhart (addressed as follows) by obtaining written and dated acknowledgement of receipt from 1st Contracting Squadron, Attn: Christin L. Lockhart 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Ursela C. Jackson. at 1 CONS/LGCB, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 1 September 08, 1200 pm, Eastern Standard Time (EST) to the 1st Contracting Squadron/LGCB, Attn: Ursela C. Jackson, Contract Administrator, Commercial Phone 757-764-7460, Fax 757-764-7447, E-mail ursela.jackson@langley.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Ursela C. Jackson, Contract Administrator, Phone 757-764-7460, Fax 757-764-7447, Ursela.jackson@langley.af.mil. Christin L. Lockhart, Contracting Officer, Phone 757-764-2862, Fax 757-764-7447, christin.lockhart@langley.af.mil Email your questions to Ursela C. Jackson at ursela.jackson@langley.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=114cb9af140cb8ecd83f7ac1a31c2f67&tab=core&_cview=1)
 
Place of Performance
Address: Langley AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN01653472-W 20080829/080827222845-114cb9af140cb8ecd83f7ac1a31c2f67 (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.