Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11, 2001 PSA #2765
SOLICITATIONS

99 -- PETROLEUM QUALITY ANALYSIS SYSTEM (PQAS)

Notice Date
January 9, 2001
Contracting Office
US Army Operations Support Command, Attn: AMSOS-CCF-A, Rock Island, IL 61299-6500
ZIP Code
61299-6500
Solicitation Number
DAAA09-00-R-3507
Response Due
January 23, 2001
Point of Contact
Judy McPhail (309)782-8586 and Nina McDermott (309)782-0918
E-Mail Address
krakerk@osc.army.mil (mcphailj@osc.army.mil or mcdermottn@osc.army.mil)
Description
The U.S. Army Operations Support Command (OSC) intends to issue a limited source request for Proposal (RFP DAAA09-01-R-3507) to Marion Composites, 150 Johnston Road, Marion, VA 24354 and Gichner Systems Group, Inc.,490 East Locust St., Dallastown, PA 17313, for 2 each Petroleum Quality Analysis System (PQAS) shelter units. The shelter unit is a light weight, environmentally controlled shelter with an expandable roof and mounts on a HMMWV. The shelter will be used to house a diesel and aviation fuel analysis laboratory that will be designed and installed into the shelter units by the Rock Island Arsenal. The shelter design is required to meet the shelter performance specification defined in MIL-STD-44408, must be capable of attenuating 60 db minimum over 150 KHz to 10 GHz for electric and magnetic fields and plane waves measure IAW MIL-STD-285, required to have a shelter tunnel that will house 10Kw Diesel Generator Set and the condenser portion of the environmental Control Unit. The shelter unit will be mounted on HMMWV and must be transportable by C-130 or externally transported by CH-47C. The shelter will have 54 mounting points located on the interior walls and ceiling, each mount point having ultimate tensile load capacity of 1000#. Delivery of the shelter units to the Rock Island Arsenal is required within 150 days of contract award. Vendors believing they can supply this item at a competitive cost, shall submit a written response within 7 days of the publication date of this notice that clearly shows its ability to meet the Government's needs. All responsible sources may respond and will be fully considered; however, oral communication is not acceptable. Written responses must include firm fixed pricing and technical information sufficient to enable the Government to determine if a vendor can meet the Government's needs. No contract award will be made on the basis of offers/proposals received in response to this notice. A solicitation will be issued to the intended vendors and all firms that respond to this synopsis of intent or otherwise request a copy of solicitation. If no affirmative responses are received clearly demonstrating a vendor's ability to meet the Government's need within 7 days after publication of this notice, a limited source solicitation shall be issued to Marion Composites and Gichner Systems Group, Inc. All contractors who provide goods and services to the Department of Defense (DOD) must be registered in the Central Contractor Register (CCR) in order to be awarded DOD contracts. The internet site for registering in the CCR is: http://222.ccr2000.com/. All interested firms that can meet all the requirements set forth above are requested to submit responses, but only in writing with clear and convincing documtntation within 7 days of publication of announcement to HQ, OSC, ATTN: AMSOS-CCE-D, Judy McPhail, Rock Island, Il 61299,6000.
Record
Loren Data Corp. 20010111/99SOL003.HTM (W-009 SN50A543)

99 - Miscellaneous Index  |  Issue Index |
Created on January 9, 2001 by Loren Data Corp. -- info@ld.com