Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

66 -- Planetary Ball Mills & Sieve Shaker

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-09-T-1102
 
Response Due
9/18/2009
 
Archive Date
11/17/2009
 
Point of Contact
DJ Neal, 928-328-6916
 
E-Mail Address
ACA, Yuma Proving Ground - DABK41
(dale.neal1@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 Acquisition of Commercial Items and FAR Part 13-, as supplemented with additional information included in this notice. Request for Quotes (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under FAR 13- Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective 10 Sep 2009 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, Current to DCN 200900825. It is anticipated that payment will be made by Government Visa Credit Card or by DFAS via WAWF. This requirement is a 100% small business set-aside with the North American Industry Classification System (NAICS) is 423490 with a size standard of 500 employees. This solicitation contains one (1) Contract Line Item Number (CLIN) 0001 - Quantity 2 ea Planetary Ball Mill and (CLIN) 0002 Quantity 1 ea Sieve Shaker with the following specifications: Name brand or equal to the Planetary Ball Mill PM 400 1) The mills shall use planetary motion of the grinding jars upon a sun wheel to create grinding action. 2) Each mill shall have the following features: a) Four grinding stations b) Accept jar sizes up to 500 ml c) Accept material feed size up to 10 mm d) Floor model with casters e) Sun wheel speed: 30 400 min-1 f) Speed ratio of 1 : -2 g) Sun wheel diameter (effective) 300 mm h) Automatic grinding chamber ventilation i) Stores at least 5 combinations of speed, grinding time and interval settings j) Programmable start time 3) Each mill shall be capable of processing four jars, each containing approximately 200 ml of soil/sand with particle sizes up to 2 mm (#10 mesh), and reducing the size down to less than 150 microns (#100 mesh) in one step. 4) Each mill shall feature an operator interface and graphics display through which all the relevant data can be entered or viewed as follows: a) Speed b) Grinding time c) Energy input d) Grinding direction reversal with selection of running and pause times e) Starting time f) Remaining running time g) Display of drive load factor h) Operating hours i) Error messages j) Service intervals. 5) Each mill shall be equipped with an automatic cover closure which prevents the machine from starting without being properly closed. After the grinding process is finished, the cover shall unlock automatically. It shall be possible to open the cover only when the mill has come to a complete stop. 6) Each mill shall operate at a nominal 208 VAC, 60 Hz on a 15 Amp circuit. 7) Eight 500 ml stainless steel grinding jars with lids shall be provided. 8) An appropriate number of grinding balls of proper size (diameter) shall be provided to achieve the result described at item 3 above. 9) Training and Set-up: The vendor shall include assembly and installation of the analyzer at YPG Material Analysis Laboratory. The vendor shall train laboratory personnel to operate and maintain the mill. Any shaker offered must meet or exceed the salient characteristics described below: 1) The shaker shall have digital control of shake time. 2) The shaker shall have analog control of amplitude, as a minimum. 3) The shaker shall have an electromagnetic drive mechanism. 4) The shaker shall be supplied with a sieve clamping device with integrated lid. 5) The shaker shall be compatible with 8 inch (203 mm) diameter sieves. 6) The shaker shall be supplied with 1 ea collecting pans and 1 ea of the following sieves (all sieves and pans are 8in x 2 in height): " #4, 4.75 mm " #10, 2.0 mm " #20, 0.84 mm " #100, 150 m " in., 19 mm 7) The sieves and collecting pans supplied shall be constructed of stainless steel. 8) The shaker shall have a minimum sieve stack capacity of 8 sieves and a collecting pan (each 2 inches high). 9) The shaker shall be capable of sieving wet materials. 10) The shaker shall operate at a nominal 120 VAC, 60 Hz on a 15 Amp circuit. Name Brand or Equal: Model AS 200 Digit Sieve Shaker, item # 30.015.0005, clamping device for shaker, and sieves and collecting pans: Part number Description or equivalent to: 60.150.000150 150 m; 100 Mesh 60.150.000850 850 m; 20 Mesh 60.150.002000 2.00 mm; 10 Mesh 60.150.004750 4.75 mm; 4 Mesh 60.150.019000 19.00 mm; 3/4 inch 69.720.3050 Collecting pan, stainless steel, 8 inch, height 2 inch Delivery, acceptance and FOB point is the U.S. Army Base at Yuma Proving Ground (YPG) in Yuma Arizona 85365. All offers shall include any applicable freight charges, handling charges and or taxes. This solicitation is being issued as an RFQ. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government whose offer is lowest priced technically acceptable. Offers shall be clearly marked with RFQ referencing number # W9124R09-T-1102 and emailed to the point of contact listed below no later than 18 September 2009 at 14:00 P.M. Eastern Standard Time (EST). Your company must be registered in (ORCA) web site at https://orca.bpn.gov or in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the reference clause, copy and paste it to a Word document and complete FAR provision. 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) with Alternate 1 (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005). An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009) and specifically addendum 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Sep 2009) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.219-28 Post-Award Small Business Program Representation (Apr 2009), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Aug 2009), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), 52.222-50 Combating Trafficking in Persons (Feb 2009), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFARS Clauses 252.211-7003 Item Identification and Valuation (Aug 2008), 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009), specifically 52.203-3 Gratuities (Apr 1984), 252.225-7036, Buy American Act and Balance of Payments Program (Jul 2009), 252.232-7003, Electronic Submission of Payment Requests (Mar 2008), 252.247-7023, and Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the point of contact below or facsimile (928) 328-6849.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK41/W9124R-09-T-1102/listing.html)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: CCIM-RCY, Directorate of Contracting, Building 2364, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
 
Record
SN01953948-W 20090916/090915001224-b28b3c23263f74c5b3c6df6c76bae548 (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.