Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

59 -- ELECTRICAL AND ELETRONIC EQUIPMENT COMPONENTS

Notice Date
7/14/2014
 
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 Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017814R3043
 
Archive Date
8/14/2014
 
Point of Contact
Deborah Dobson, Phone: 540-653-4204
 
E-Mail Address
deborah.dobson@navy.mil
(deborah.dobson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is a single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access the information posted by the Naval Sea Systems Command. 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. Synopsis/Solicitation N00178-14-R-3043 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a sole source basis, two (2) Thermotron Chambers (Model SE-1400-6-6-RBC); two (2) Thermotron Chambers (Model SI-2000-20-20); and one (1) Thermotron Chamber (Model SE-3000-20-29). This equipment must be compatible with the existing equipment and systems currently in use by NSWCDD test ranges. This compatibility must include electrical, mechanical, and functionality in order to maintain the capability to conduct range testing. Thermotron is the original equipment manufacturer and is the only corporation that produces these specific temperature and humidity chambers. CLIN 0001: Qty. 2 - Thermotron Chamber Model SE-1400-6-6-RBC CLIN 0002: Qty. 2 - Thermotron Chamber Model SI-2000-20-20 CLIN 0003: Qty. 1 - Thermotron Chamber Model SE-3000-20-20 THERMOTRON TEMPERATURE & HUMIDITY CHAMBERS REQUIREMENTS LIST GENERAL DESCRIPTION The contractor shall deliver and install the following Thermotron Temperature & Humidity Chambers to the Naval Surface Warfare Center, Dahlgren Division (NSWCDD) located in Dahlgren, Virginia: I. Quantity of one (1) Thermotron Model SE-3000-20-20 Environmental Test Chamber with the following included characteristics: • Interior volume: 104 cu-ft • Interior dimensions: 48-in wide, 52-in high, 72-in deep • Refrigeration: Two, 20-hp compressors in cascade configuration • Condenser: air cooled • Heater: 24 kW • Airflow: 2000 CFM minimum • Electrical power: 460V, 3 Phase, 86A • Temperature range: -94 deg F to 355 deg F • Temperature control: +/- 0.5 deg F • Performance: 10 minutes from 185 deg F to -40 deg F with no static or dynamic load • Humidity range: 10% to 98% RH subject to normal thermodynamic limits • Humidity control: +/-2.5% RH at temp of 68 deg F • Humidity water purification system • Reinforced floor for 1,000 lb load • 6-in access port The contractor shall provide all hardware required for the installation. The contractor shall include the following major components: • Temperature and humidity chamber • Air cooled condenser • Control system • Refrigerant and control lines between chamber and condenser up to 40-ft The contractor shall include the following optional components: • 8800 Data Acquisition and Control with Tier 2 option for combination data acquisition and 8 thermocouples • CO2 injection system II. Quantity of one (2) Thermotron Model SE-2000-20-20 Environmental Test Chamber with the following included characteristics: • Interior volume: 69 cu-ft • Interior dimensions: 48-in wide, 52-in high, 48-in deep • Refrigeration: Two, 20-hp compressors in cascade configuration • Condenser: air cooled • Heater: 24 kW • Airflow: 2000 CFM minimum • Electrical power: 460V, 3 Phase, 86A • Temperature range: -94 deg F to 355 deg F • Temperature control: +/- 0.5 deg F • Performance: 8 minutes from 185 deg F to -40 deg F with no static or dynamic load • Humidity range: 10% to 98% RH subject to normal thermodynamic limits • Humidity control: +/-2.5% RH at temp of 68 deg F • Humidity water purification system • Reinforced floor for 1,000 lb load • 6-in access port The contractor shall provide all hardware required for the installation. The contractor shall include the following major components: • Temperature and humidity chamber • Air cooled condenser • Control system • Refrigerant and control lines between chamber and condenser up to 40-ft The contractor shall include the following optional components: • 8800 Data Acquisition and Control with Tier 2 option for combination data acquisition and 8 thermocouples • CO2 injection system III. Quantity of two (2) Thermotron Model SE-1400-6-6 Environmental Test Chambers with the following included characteristics: • Interior volume: 48 cu-ft • Interior dimensions: 48-in wide, 44.25-in high, 39.25-in deep • Refrigeration: Two, 6-hp compressors in cascade configuration • Condenser: air cooled • Heater: 8 kW • Airflow: 1000 CFM minimum • Electrical power: 460V, 3 Phase, 32A • Temperature range: -94 deg F to 355 deg F • Temperature control: +/- 0.5 deg F • Performance: 32 minutes from 185 deg F to -40 deg F with no static or dynamic load • Humidity range: 10% to 98% RH subject to normal thermodynamic limits • Humidity control: +/-2.5% RH at temp of 68 deg F • Humidity water purification system • Reinforced floor for 1,000 lb load • 6-in access port The contractor shall provide all hardware required for the installation. The contractor shall include the following major components: • Temperature and humidity chamber • Remote conditioning blower package • Integral air cooled condenser • Control system The contractor shall include the following optional components: • 8800 Data Acquisition and Control with Tier 2 option for combination data acquisition and 8 thermocouples. • CO2 injection system The contractor shall schedule the equipment installation with the G67 Site Supervisor listed below at least two weeks in advance. The Government will provide uninterrupted access to the work site from 07:00 to 17:00, M-F for installation. POINTS OF CONTACT Temperature and humidity facilities matters: Thomas Preston Potomac River Test Range (G67) Site Supervisor 540-654-7522 thomas.e.preston@navy.mil Technical issues with contract: George Clotfelter Chief Engineer, G65 540-653-3012 george.e.clotfelter@navy.mil Unit of Issue for CLINs 0001-0003 shall be EACH. Delivery Terms shall be FOB Destination (Dahlgren, VA) Delivery Time shall be: CLIN 0001 - CLIN 0003 - 16 weeks ARO The following provisions and clauses are applicable to this procurement: The provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 52.212.2, Paragraph A (Evaluation Criteria in order of importance) is as follows: Lowest cost, technically acceptable quote will receive award Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clause at 252.211-7003, Item Identification and Valuation-applies to this acquisition. The clause at Sea HQ C-2-0024, Extension of Commercial Warranty (NAVSEA)-applies to this acquisition. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 12. The order shall be firm fixed price. DFAR 252.232-7003 (Electronic Submission of Payment Requests and Receiving Reports) is applicable to this purchase. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 30 July 2014, no later than 12:00 p.m. (local NSWCDD time) with an anticipated award date by 29 August 2014. Questions and responses regarding this synopsis/solicitation may be submitted by Email to Deborah.dobson@navy.mil. Email or Fax should reference Synopsis/Solicitation Number N00178-14-R-3043 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017814R3043/listing.html)
 
Record
SN03424838-W 20140716/140715000728-0ed7de23fac97fcd6ddca1fc3ce807ee (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.