Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2009 FBO #2721
SOLICITATION NOTICE

12 -- High-speed Concentration Analyzer

Notice Date
5/7/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397
 
Solicitation Number
TARRES13009
 
Response Due
5/18/2009
 
Archive Date
7/17/2009
 
Point of Contact
Amanda Neef, 586-574-6913
 
Small Business Set-Aside
N/A
 
Description
I. INTRODUCTION. A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6 as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. B. The combined synopsis and Request for Proposal (RFP) number is: TARRES13009. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31, Effective March 19, 2009. D. This is not a small business set aside, the NAICS code applicable to this acquisition is 332510, with a size standard of 500 employees. E. Basis for award The US Army TACOM Contracting Command intends to make an award to the company offering the high-speed concentration analyzer that meets the minimum requirements set forth below at the lowest price. F. Inspection and Acceptance shall take place at TACOM LCMC, Warren MI. G. The High-Speed Concentration Analyzer shall be quoted FOB Destination to TACOM LCMC, Warren MI. H. This acquisition is not rated under the Defense Priorities and Allocations System (DPAS). II. GENERAL. A. Description and Minimum Requirements: Technical Requirements: 1. High-speed concentration analyzer calibrated and ready to measure fire suppression agents that include halon 1301, HFC 227ea, and HFC 125 in the range of at least 1 to 15-18% (depending on agent) with a resolution of no more than 1%. 2. Sample start via manual software input or automatically via an external trigger input. 3. Able to a) sample for at least 10 min at a rate of at least 80 samples per second for at least the first 0.5 sec and then at a rate of at least 10 samples per sec, and b) distinguish non-absorbing materials, e.g. dust, from target absorbing gases. 4. Output data stored in a standard format that Microsoft Excel and other COTS numeric handling software can import directly. 5. Complete turnkey system including at a minimum: a) 12 each sampling modules, where each module is no larger than 7 x 3 x 6.5 inches. b) Laptop computer with necessary interface hardware and software to operate the system and display test results with sufficient ports to transfer the data to other systems, and/or a CD/DVD writable drive. c) Interface system comprised of cables and a box that connects the laptop and measurement modules. d) Calibration plumbing and adapter fixtures sufficient so that the system can be calibrated using commercially available gases and plumbing. e) Operation manual. 6. The system shall be packaged in no more than three suitcase containers that can be shipped commercially, e.g. Haliburton type aluminum suitcases, with a size of 22 inch x 32 inch x 10 inch each 7. The supplier shall provide onsite training within a month of delivery of the system. A maximum of six (6) personnel shall be trained by the contractor over a two day period. On-site training shall include set-up, calibration, test demonstration, data output & analysis, and preventative maintenance checks & services (PMCS). Training shall include lab testing and vehicle testing on a government provided vehicle. 8. Total price shall include cost to ship to TACOM- Warren. B. Submittal Instructions. Quotations must be received by TACOM no later than 1:00 PM-EST, 15 May 2009. Email quotations to amanda.neef@us.army.mil. Contractors must be listed in the Central Contractor Registry prior to receiving an award. Refer to website www.ccr.gov for registration information. TACOM reserves the right to seek clarification on any aspect of your quotation. C. All potential offerors must be registered on Central Contractor Registration (CCR) prior to award. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with the required registration to the CCR database. D. Questions are requested via email, addressed to Amanda Neef at amanda.neef@us.army.mil or telephone (586) 574-7176. Facsimiles unaccepted. III. SOLICITATION PROVISIONS AND CONTRACT CLAUSES. The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation: 52.212-1, Instructions to Offerors -- Commercial Items. 52.212-3, Offeror Representations and Certifications -- Commercial Items. 52.212-4, Contract Terms and Conditions -- Commercial Items. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. (Applicability includes Paragraph (b) items 14, 15, 16, 17, 18, 19, 20, 26, 31) The FAR and complete text of these clauses can be accessed at: http://farsite.hill.af.mil/vffar.htm DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. (Applicability includes Paragraph (b) items 4 and 17) Items: 252.225-7016 with ALT I 252.225-7036 252.232-7003 252.247-7023 with ALT III NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/USAMC/DAAE07/TARRES13009/listing.html)
 
Place of Performance
Address: TACOM - Warren Acquisition Center ATTN: AMSCC-TAC-ASR, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
Country: US
 
Record
SN01811816-F 20090509/090508101122 (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.