Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2010 FBO #3018
SOLICITATION NOTICE

99 -- HORIBA SENSOR CONTROL SYSTEM (BRAND NAME SPECIFIC PROCUREMENT)

Notice Date
2/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-10-T-0146
 
Response Due
3/15/2010
 
Archive Date
5/14/2010
 
Point of Contact
Chanel D. Williams, 410-278-0771
 
E-Mail Address
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(chanel.d.williams@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-37. The associated North America Industry Classification System (NAICS) Code is 334516 and the Business Size Standard is 500 employees. The Government contemplates award of a Firm-Fixed Price purchase order for following requirement as Brand Name Specific: Horiba Sensor Control System Acceptance shall be at destination: Shipping shall be FOB Destination to US Army Aberdeen Test Centers facility Located at Aberdeen Proving Ground, Maryland 21005. Item# 1: BRAND NAME SPECIFIC PROCUREMENT Tough book Horbia Sensor Control System 1 each The toughbook must have Horiba OBS software installed for control and data logging. The toughbook must be capable of controlling the OBS-2200 operations and store the data at a frequency selected by the user. The toughbook must interface with Horiba OBS-2200 system. Item# 2: BRAND NAME SPECIFIC PROCUREMENT 2.3 inch flow meter for Horbia Sensor Control System 1 each Require a vehicle tailpipe attachment. Specifications: AU, Type C, (2.38 inch) for tailpipes with outer diameter ranges of 1.97 inches to 2.76 inches, and exhaust flow rates of 0-10 cubic meters per minute. The tailpipe must fit and interface with Horiba Sensors OBS-2200 system. Item# 3: BRAND NAME SPECIFIC PROCUREMENT 3.5 inch flow meter for Horbia Sensor Control System 1 each Require a vehicle tailpipe attachment. Specifications: AU, Type E, (3.51 inch) for tailpipes with outer diameter ranges of 3.27 inches to 3.74 inches, and exhaust flow rates 0-20 cubic meters per minute. The tailpipe must fit and interface with Horiba Sensors OBS-2200 system. Item# 4: BRAND NAME SPECIFIC PROCUREMENT 5.0 inch flow meter for Horbia Sensor Control System 1 each Require a vehicle tailpipe attachment. Specifications: AU, Type G, (5 inch) for tailpipes with outer diameter ranges of 4.49 inches to 5.51 inches, and exhaust flow rates 0-45 cubic meters per minute. The tailpipe must fit and interface with Horiba Sensors OBS-2200 system. Item# 5: BRAND NAME SPECIFIC PROCUREMENT 6.0 inch flow meter for Horbia Sensor Control System 1 each Specifications: Type H, (6.06 inch) for tailpipes with outer diameter ranges of 5.51 inches to 6.69 inches, and exhaust flow rates 0-65 cubic meters per minute. The tailpipe must fit and interface with Horiba Sensors OBS-2200 system. Item# 6: BRAND NAME SPECIFIC PROCUREMENT EUI for Horbia Sensor System 1 each External Input Unit (EIU) for the Horiba OBS-2200 system. The External Input Module must allow the user of the Horiba OBS-2200 system to data log emissions data, current, voltage, frequency and thermocouples. The EUI must interface with 4 Analog 0-10 volts, two J type thermocouples, and 2 K type thermocouples. Item# 7: BRAND NAME SPECIFIC PROCUREMENT OBD Interface for Horbia Sensor System 1 each On-board Diagnostic Interface for Horiba OBS-2200 system. The unit must interact with and interface the Horiba OBS-2200 system. Item# 8: BRAND NAME SPECIFIC PROCUREMENT Training Package for Gas Measurement 1 each Training package must be provided by Horiba on operations of the OBS-2200 system. Please include on-site firm fixed cost for training, include schedule in quote. Reason for Brand Name Specific Requirement A.Horiba Sensor Control Unit is currently being utilized by the Army Test Center (ATC) in partnership with the Environmental Protection Agency (EPA) to test and evaluate vital vehicle maintenance systems. The requirement for the brand name specific items is to maintain continuity in the current systems materials and training for Army personnel in the operation and maintenance of the Horiba system. The following provisions and clauses will be incorporated by reference: 52.209-6 protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination 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. The Government reserves the right to make an award without discussions. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.211-6 Brand Name or Equal 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 2:00 PM Eastern Standard Time, March 15th, 2010 via fax at 410-278-2407 or email chanel.d.williams@us.army.mil at the US Army RDECOM Contracting Center, Aberdeen Installation Contracting Division, Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Chanel D. Williams, Contracting Officer, via email at chanel.d.williams@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/649bc177b37acc8f1e9f65721c6f150f)
 
Place of Performance
Address: RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC) Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02078260-W 20100228/100227000103-649bc177b37acc8f1e9f65721c6f150f (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.