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, 2015 FBO #4983
MODIFICATION

66 -- THERMAL PROPERTY ANALYZER

Notice Date
7/14/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
110 VERNON AVE, PANAMA CITY, FL 32407
 
ZIP Code
32407
 
Solicitation Number
N61331-15-T-4061A
 
Response Due
7/16/2015
 
Archive Date
1/12/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N61331-15-T-4061A and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-07-16 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be PANAMA CITY, FL 32407 The NAVSEA NSWC - Panama City requires the following items, Brand Name or Equal, to the following: LI 001: C-THERM S10/00408 THERMAL PROPERTY ANALYZER: A modified transient plane source thermal conductivity/thermal effusivity measurement system capable of the non-destructive testing of fabrics, plastics, powders, and liquids under hyperbaric conditions from 0 feet seawater (fsw, 0 psig) to a minimum depth of 450 fsw (200 psig) either dry or submerged in salt and/or fresh water. Time to complete a single test must be less than 1 minute with multiple isolated or continuous testing being possible. Sample size must be one square inch of less. Sensor should be provided factory-calibrated as "plug-and-play", with NO need to iteratively develop timing and power-parameters. 1) SALIENT CHARACTERISTICS: * thermal conductivity measuring system using modified transient plane source * solid, liquid, and powder samples with minimum thermal conductivity range of k = 0 - 350 W/mK * minimum sample size <= 1" diameter * hyperbaric testing from 0 to 450 fsw either dry or submerged in fresh or salt water * system must incorporate a hyperbaric pressure cell * sample testing time less than 1 minute * method: Modified Transient Plane Source * Sample Requirements: requires only a single side of one sample for measurement (no double-sided methods permitted requiring two samples to "sandwich" sensor) * Calibration: Sensor should be provided factory-calibrated as "plug-and-play", with NO need to iteratively develop timing and power-parameters * Materials of Construction: - Sensor Substrate: alumina or zirconia - Sensor Element: platinum or platinum alloy - Sensor Housing: 304 or 316 stainless steel - Due to sample compatibility issues: Teflon, Mica or Kapton-coated (or polyimide substitutes) materials are NOT permissible as materials of construction to sensor. * capable of repetitive or continuous testing; and * non-destructive testing of sample ELECTRONIC CONTROL UNIT STANDARD LAPTOP WINDOWS 7 OPERATING SOFTWARE ACQUISITION SOFTWARE PROTECTIVE CASE OPERATOR MANUAL 2) If proposing an or equal: EQUIPMENT OFFERED: _____________________________________________ MANUFACTURED BY: ______________________________________________ MANUFACTURING LOCATION: ______________________________________ MODEL NUMBER: __________________________________________________ COUNTRY OF ORIGIN: ______________________________________________ Are you a dealer or manufacturer: ________________________________________, 1, EA; LI 002: S10/00409 TCI MTPS SENSOR 1) SALIENT CHARACTERISTICS: HIGH RESISTANCE AND ELECTRONIC SENSOR BOARD INCLUDING HARDWARE WITH PRE-INSTALLED CALIBRATIONS FOR PLUG AND PLAY USE. PROTECTIVE TRANSPORT CASE. SENSOR BASE AND WEIGHT. 2) If proposing an or equal: EQUIPMENT OFFERED: _____________________________________________ MANUFACTURED BY: ______________________________________________ MANUFACTURING LOCATION: ______________________________________ MODEL NUMBER: __________________________________________________ COUNTRY OF ORIGIN: ______________________________________________ Are you a dealer or manufacturer: ________________________________________, 1, EA; LI 003: S10/00415 LOW-K MODULE FOR 3.0 C-THERM CONTROLLER 1) SALIENT CHARACTERISTICS: CAL MATERIAL GROUPS: FOAM, PLASTICS, CERAMICS, COMPOSITES (k-RANGE OF 0 TO 10 W/mK) 2) If proposing an or equal: EQUIPMENT OFFERED: _____________________________________________ MANUFACTURED BY: ______________________________________________ MANUFACTURING LOCATION: ______________________________________ MODEL NUMBER: __________________________________________________ COUNTRY OF ORIGIN: ______________________________________________ Are you a dealer or manufacturer: ________________________________________, 1, EA; LI 004: ANR HIGH PRESSURE MODULE 1) SALIENT CHARACTERISTICS: 1800 PSI (~125bar) WITH THE NEW HIGH PRESSURE CELL. TEMPERATURE RANGE 200 DEG. 2) If proposing an or equal: EQUIPMENT OFFERED: _____________________________________________ MANUFACTURED BY: ______________________________________________ MANUFACTURING LOCATION: ______________________________________ MODEL NUMBER: __________________________________________________ COUNTRY OF ORIGIN: ______________________________________________ Are you a dealer or manufacturer: ________________________________________, 1, EA; LI 005: SAV/01 STANDARD PRODUCT INSTALLATION 1) SALIENT CHARACTERISTICS: INCLUDES 2-DAY SETUP AND VALIDATION OF THE MAIN INSTRUMENT TO ENSURE SYSTEM IS WORKING WITHIN SPECIFICATION PLUS TRAINING OF THE OPERATORS ON ACQUISITION AND DATA TREATMENT SOFTWARE QUALIFYING OPERATORS TO RUN THE SYSTEM. 2) If proposing an or equal: EQUIPMENT OFFERED: _____________________________________________ MANUFACTURED BY: ______________________________________________ MANUFACTURING LOCATION: ______________________________________ MODEL NUMBER: __________________________________________________ COUNTRY OF ORIGIN: ______________________________________________ Are you a dealer or manufacturer: ________________________________________, 1, EA; LI 006: SHIPPING AND TRANSPORT, 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAVSEA NSWC - Panama City intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAVSEA NSWC - Panama City is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; DFAR 252.232-7003 and 252.232-7006. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Electronic invoicing and payment shall be in accordance with DFAR clauses 252.232-7003 and 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012). 52.211-6 -- Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation 52.214-21 -- Descriptive Literature (Apr 2002) (a) ?Descriptive literature,? as used in this provision, means information furnished by a bidder, such as cuts, illustrations, drawings, and brochures, that shows a product?s characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. (b) Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as -- (1) Design; (2) Materials; (3) Components; (4) Performance characteristics; and (5) Methods of manufacture, assembly, construction, or operation. (c) Descriptive literature, required elsewhere in this solicitation, shall be -- (1) Identified to show the item(s) of the offer to which it applies; and (2) Received by the time specified in this solicitation. (d) If the bidder fails to submit descriptive literature on time, the Government will reject the bid, except that late descriptive literature sent by mail may be considered under the Late Submissions, Modifications, and Withdrawals of Bids provision of this solicitation. (e) If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the bid. (End of Provision) 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids by reference when 52.214-21 -- Descriptive Literature (Apr 2002) is included. 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical acceptability that item proposed meets or exceeds all salient characteristics. 2. Price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bc25cd505c3f214d45111627f10a11e9)
 
Place of Performance
Address: PANAMA CITY, FL 32407
Zip Code: 32407
 
Record
SN03795805-W 20150716/150714235020-bc25cd505c3f214d45111627f10a11e9 (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.