Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2005 FBO #1164
SOLICITATION NOTICE

66 -- Drop-Shape Analysis System + High Temp Chamber

Notice Date
1/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
Reference-Number-F2LMCA05002400
 
Response Due
2/14/2005
 
Archive Date
2/16/2005
 
Point of Contact
Tom Shea, Contract Specialist, Phone 661-277-9522, - Rodger Young, Contract Specialist, Phone 661-277-9569,
 
E-Mail Address
thomas.shea@edwards.af.mil, rodger.young@edwards.af.mil
 
Description
PART: U.S. GOVERNMENT PROCUREMENT SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCODE: NAICS - 334516, ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING, SIC - 5049 PROFESSIONAL EQUIPMENT, NEC, PSC – 6635 PHYSICAL PROPERTIES TEST EQUIPMENT, FSC – 6635 PHYSICAL PROPERTIES TESTING AND INSPECTION OFFADD: AFFTC/PKT Directorate of Contracting, 5 S.Wolfe Ave. Bldg 2800, Edwards AFB, CA 93524 SUBJECT: DROP SHAPE ANALYSIS SYSTEM W/ ACCESSORIES COMBINED SYNOPOSIS AND SOLICATION DESCRIPTION: The Air Force Flight Test Center (AFFTC), Edwards AFB intends to award a, Firm-Fixed Price (FFP) contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition. The NAICS code is 334516. Part numbers specified are desired items, suitable substitutes will be accepted, and evaluated technically, based on needs and equivalency to the requirements of requesting activity, Air Force Research Laboratory. The following items will be procured: Clin 001, 1-each, DROP ANALYSIS SYSTEM (Desc: conducts standard automatic contact angle measurements and surface free energy determination. Machine contains standard frame for maximum sample size of infinity x 320mm x 120mm (LxWxH), standard camera module with high performance frame grabber and T1E camera, camera module manual zoom and focus, prism for standard sample sizes and pndant drop measurements, pc controlled holgen illumination with electronic module, spacer set, z-axis standard, x and y axis manual, standard sample stage, pc controlled single direct dosing system, software to determine statisc and dynamic contact angles using sessile drop and captive bubble method, to control camera (depending on modules connected), illumination, dosing measures, table movements (denpending on modules connected), to measure, store and report measured contact angle values, software to determine surface free energy of solids from contact angle data, the surface free energy split into its polar and dispersive components, its acid and base components as well as its hydrogen bonding components, according to various theories. The software calculates wetting envelope and carries out fully automatic surface energy mapping (depnding on mdules connected). Clin 002, 1-each, SOFTWARE TO DETERMINE SURFACE AND INTERFACIAL TENSION OF LIQUIDS BY ANALYSIS OF PENDANT DROPS Clin 003, 1-each, TILTING BASE ASSEMBLY FOR DROP SHAPE ANALYSIS SYSTEM (Desc: Ability to allow mobility of the drop shape analysis system (not just the sample stage), allowing for greater accuracy in dynamic contact angle measurements. Clin 004, 1-each, DROP SHAPE ANALYSIS COMPUTER SYSTEM (Desc. Computer system specifications to house the software for drop shape analysis system software) Clin 005, 1-each, HIGH TEMPERATURE CHAMBER (Desc: sample chamber to mount on the DSA100S, allowing the sample to be studied at temperatures from 50C-400C. Chamber must be supplied with heaters and PID +/-0.1C. An external contaol unit displays temperature, dimensions at 100x100x25mm (LxWxH), including three needles NE14.) Clin 006, 1-each, ONE DAY ON-SITE INSTALLATION AND TRAINING (Desc. Set-up and proper use of the product) Clin 007, SHIPPING AND HANDLING (Desc. Item to be shipped to Edwards AFB, CA The following government provisions and clauses apply: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors—Commercial Items (addendum to paragraph (h): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable and (2) Price - Award will be made to the lowest cost, technically acceptable responsible offeror; FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, include the following clauses incorporated by reference: FAR 52.222-19 – Child Labor-Cooperation with Authorities and Remedies, FAR52.222-21- Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); and clause 52.232-33 Mandatory information for electronic funds transfer payment technically acceptable offer; FAR 52.211-6 Brand name of equal. Offerors quoting on equals must provide descriptive literature to the extent necessary to allow the Government to determine the technical acceptability of the “equal” item. The following DFARs clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items. Contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government’s requirement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in far subpart 12.6-streamlined procedures for evaluation and solicitation for commercial items-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 334516. All interested offerors may submit a quote. This shall be a Firm Fixed price contract. The specifications are listing by CLINs in the description above. Delivery will be to 302 N. Mecury Blvd, Bldg 8460 Edwards AFB CA 93525-7690. Additional information: Technical point of contact for technical questions: Darrell Marchant, 661-275-6318. Contractual point of contact is: Tom Shea, 661-277-9522 fax 661-275-7882. Send all offers via fax by close of business February 15, 2005. Email all inquires to thomas.shea@edwards.af.mil. Additional information can be obtained from Technical Point or Contractual point of contact. FEDBIZOPS web site: http://www.eps.gov/. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFFTC/Reference-Number-F2LMCA05002400/listing.html)
 
Place of Performance
Address: Directorate of Contracting 5 South Wolfe Ave; Bldg 2800 83N Edwards AFB CA
Zip Code: 93524
Country: USA
 
Record
SN00743172-F 20050202/050131212110 (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.