Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2002 FBO #0199
SOLICITATION NOTICE

66 -- Automatic Hydraulic Laboratory Press and a Compatible Air Cooled Chiller

Notice Date
6/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, ANRI, ASU, 10300 Baltimore Blvd., Bldg. 209 BARC EAST, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
2011265102-00999
 
Response Due
7/3/2002
 
Archive Date
7/18/2002
 
Point of Contact
John Wilkinson, Purchasing Agent, Phone 301-504-5799, Fax 301-504-8696, - Nancy Woodhouse, Purchasing Agent, Phone 301-504-8012, Fax 301-504-8696,
 
E-Mail Address
johnw@anri.barc.usda.gov, nancyw@anri.barc.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation number: 2011265102-00126, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-07. This procurement shall be solicited on a "unrestricted basis". The North American Industry Classification System Code (NAICS) code is 421490, with a small business size standard of 500 employees. The manufacturers of the two items requested below that USDA intends to procure are: "Carver, Inc.", who is the manufacturer of the "Heated-Platen Hydraulic Laboratory Press System", Model: 4394-ASTM and the application: ASTM-4703, and they are located in "Wabash, Indiana" and their phone number is 260-563-7577 - extension: 237 and the contact person is named: "Venus Butcher". The manufacturer of the other item that USDA intends to procure is: AEC, Inc. and the other item USDA intends to procure is a: "Air Cooled Chiller", Model: PSA-5Q and they are located on Woodale, Illinois and their phone number is 630-595-1065. Delivery shall be FOB Destination to Beltsville, Maryland 20705 within 60 days after award. The following are "specific minimum requirements" for the above 2 items: " Heated-Platen Automated Hydraulic Laboratory Press - Model 4394-ASTM, with the application: ASTM D-4703": Must be proven operational and compatible in conjunction with the above item listed: AEC, Inc. manufactured Model PSA-5Q, Air Cooled Chiller to the specifications of the application: ASTM D-4703; Table or Benchtop model weighing no more than One-Thousand and Fifty Pounds; Shall have four fully threaded columns; shall have a self contained one-quarter HP hydraulic unit; Clamp specifications: Clamping force of 1-30 tons, Daylight opening of 0"-13.5", Stroke of 6"; Heated-platen package shall include: two insulated 12" x 12" electrically heated platens, cored for cooling; shall have a temperature range maximum is 343 degrees Celsius., sized for an 8 degree Celsius. per minute temperature increase; Shall have a one digital programmable temperature controller with ramp capability per platen, shall have platens designed for flood cooling, including the necessary inlet and outlet manifolds and valves; and shall have programmed platen cooling per ASTM D-4703 Procedure Celcious ; Programmable control system shall include: Two Programmable segments of clamp pressure, cure time, and temperature per recipe, shall store up to 10 recipes, shall be programmable in unit of kg, US Tons, or pounds; Shall have two-hand "anti-tie-down" close buttons for operator safety, shall have interlocked safety enclosere with a manual front gate, And shall have a non-fused electrical disconnect. The "Specific Minimum Requirements" for the AEC, Inc. manufactured Air Cooled Chiller ? Model: PSA-5Q(Which shall be compatible with the Model 4394-ASTM Hydraulic Labortory Press manufactured by: Carver, Inc. with the application: ASTM D-4703) are as follows: "Design": Shall have heat removal capability of: 55,480 BTU per hour for water temperature of 50 degree Farenheit in maximum air temperature of 95 degrees Farenheit, Shall pump water at 11 GPM and 45 PSI to the press platens Refrigeration system, Shall have ligh and low pressure freezestat protection, Shall have Refrigerant dryer and sight glass, Shall have a air cooled condenser, Shall have a modulating expansion valve, Shall have a high pressure relief valve, Shall have a crankcase pressure regulating valve, Shall have a air filter, Shall have a high speed fan for use with ducting chiller air, Shall have a hermetic scroll compressor; "Water System: Shall have a insulated water circuit, Shall have a 30 gallon steel reservoir with special baffled tank for steam condensation, Shall have a 2hp(Horse Power) pump to move water to the press platens, Shall have a external sight glass, Shall have a high pressure by-pass valve which shall regulate by-pass to press platens, Shall have water flow switch control, Shall have 10 feet water supply and return lines and have 2 inch gate valves, Shall have pressure gauge to monitor flow to press platens, Shall have a vent pipe for steam out of top of chiller, Control System: Shall have a digital display of set point and of water temperature supplied to the press, Shall have a Microprocessor PID controller with auto tune, Indicator lights for Control power on; Pump on; and Hot gas bypass; Shall have Alarm lights for a compressor on; Pump motor overload; low water flow; Abnormal temperature; high refrigerant pressure; and low refrigerent pressure. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Exexutive Orders-Commercial Items. In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 522.222-34 and 52.222-70. COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION) (USDA). (a) The offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212 (d) (ie., the VETS-100 report required by FAR Clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has[ ], has not[ ], submitted the most recent report required by 38 U.S.C. 4212 (d). (b) An Offeror who checks "has not" may not be awarded a contract until the required report is filed. CONTRACT PAYMENT (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) Electronic Funds Transfer compliance with 31 CFR 208. To Facilitate EFT for contract payments, FAR Clauses 52.232-34 and 52.232-35 (31CFR Part 208) requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Payment (VXP), which will result in a number being assigned to the contractor for payment under EFT. NFC can be reached at phone number 1-800-421-0323 or at WWW.NFC.USDA.GOV. All offerors must include copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans EmploymentReporting Requirements). Faxed quotations are acceptable to John Wilkinson at fax number 1-301-504-8696 on or before July 3, 2002 Eastern Standard Time. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. Responses shall include technical specifications, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date July 5, 2002. All responsible sources may submit a quotation, which shall be considered by the Agency.
 
Record
SN00094423-W 20020619/020617213140 (fbodaily.com)
 
Source
FedBizOpps.gov 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.