SOLICITATION NOTICE
H -- Combined Synopsis/Solicitation for Rockwell Hardness Tester
- Notice Date
- 8/10/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-05-T-0011
- Response Due
- 8/17/2005
- Archive Date
- 10/16/2005
- Small Business Set-Aside
- Total Small Business
- Description
- It is anticipated that a firm-fixed priced, competitive purchase order will be issued for the procurement of a Rockwell Hardness Tester. The Rockwell Hardness Tester shall include digital read out and standard indenters for conducting hardness testin g on all types of metal from soft ductile metals to hard brittle steels. The RH Tester shall also include a flat spot and vee anvils for different test setups and shall comply with all applicable ASTM standards, such as ASTM E140 Hardness Conversion Tables , ASTM D785 Rockwell Test Methods for plastic materials, and ASTM E18 Rockwell Test Methods for metals. In addition to the ASTM compliance requirement, the Government prefers, and may procure, RS 232 interface with software to perform data analysis, a lar ge oversize anvil, or indenters for conducting hardness testing on none metallic parts. Suppliers are encouraged to submit alternate quotes presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitatio n. Each quote submitted will be evaluated separately. Delivery shall be made within 4-6 weeks after award. This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotation (RFQ), number W52P1J-05-T-001 1. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2 005-04, Effective 08 Jun 2005. Quotations submitted in response to this solicitation shall include: (1) supplier part number, supplier part name, and unit price, inclusive of shipping, conforming to the minimum requirement, as stated above; (2) identification of additional quotes, as applicable, in addition to the minimum requirement as stated above, including supplier part number, supplier part name, and unit price, inclusive of shipping; (3) verification of delivery of Rockwell Hardness Tester no later than 6 weeks after award; (4) verification that the Rockwell Hardness Tester shall be individually preserved, packaged, marked, bar-coded and shipped, FOB Destination, in accordance with best commercial practices and shipped to: ECBC Rock Island AMSRD-ECB-END (Bill Meyer) Building 131 Rock Island IL 61299 This procurement is a 100% set aside for Small Businesses. NAICS code for this solicitation is 334519 and the small business size standard is 500 employees. The following FAR clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFFARA.HTM : 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation -- Commercial Items; The Government will award a purchase order resulting from this solicitation to the responsible supplier whose quote conforming to the solicitation will be most advantageous to the Government. Award will be made to supplier whose quote provides the best val ue to the Government, price and technical factors, as stated above, considered. 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms & Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items; The following clauses listed in 52.212-5 are incorporated: 52.219-6, Notice of Total Small Business Aside; 52.222-3, Convict Labor; 52.222.21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act, Balance of Payments Program, Supplies; 52.225-13, Restrictions on Certain Foreign Purchases ; 52.232-33, Payment by electronic Fund Transfer-Central Contractor Registration. 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work 52.247-34, F.O.B. Destination Interested sources may submit a firm-fixed priced quotation which will be considered. Responses to this RFQ must be received by the Contract Specialist, Jessica Dobbeleare, no later than 17 August 2005, at jessica.dobbeleare@us.army.mil; facsimile (309)78 2-7257, or HQ, Army Filed Support Command, AMSFS-CCD-B (J. Dobbeleare), 1 Rock Island Arsenal, Rock Island, IL 61299.
- Place of Performance
- Address: U.S. Army Field Support Command ATTN: AMSFS-CCD-B Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN00867424-W 20050812/050810212700 (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 |