Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

H -- Combined Synopsis/Solicitation for Vibration Isolation System

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J06T0015
 
Response Due
9/6/2006
 
Archive Date
11/5/2006
 
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 Vibration Isolation System for one Sheffield Endeavor 9.15.10 Coordinate Measuring Machine (CMM) for damping or attenuating ground-borne vi brations. The provided system shall meet the following requirements and specifications: Background: The CMM is located in an active testing laboratory and is subjected to frequent intervals of vibration from ongoing tests. The vibration is most commonly at 4.7 Hz, but this can vary. It is not anticipated that the vibration isolation system would need t o attenuate vibration frequencies of over 5 Hz, however quotes with varying frequency isolation capabilities will be accepted and evaluated, as described below. The CMM is in a dedicated pit with approximately 1 meter of clearance on all sides. The CMM r ests on approximately 36 of poured concrete over bedrock. A picture and drawing of the CCM area will be made available by request to the Contract Specialist. Requirement: Provided Vibration Isolation System shall be capable of damping or attenuating ground-borne vibrations to a level such that the CMM can continue reliable operation. The vendor shall install and verify correct operation of the Vibration Isolation System as quoted. The vendor shall deliver and install the Vibration Isolation System, FOB Destination, within 90 days of award of purchase order. 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-06-T-001 5. This announcement constitutes the only solicitation; proposals 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 Circula r 2005-12, Effective 04 Aug 2006. Quotations submitted in response to this solicitation shall include: (1) vendor unit name, corresponding vendor part number, and unit price, inclusive of shipping; (2) identification of system frequency isolation capability (3) verification of delivery and installation of the Vibration Isolation System, FOB Destination, in accordance with best commercial practices, no later 90 days after purchase order award to: ECBC Rock Island AMSRD-ECB-END (Nathanial Hubbard) Building 131 Rock Island IL 61299 This procurement is a 100% set aside for Small Businesses. NAICS code for this solicitation is 339111 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 : 52.212-1, 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, price and technical f actors, as stated above, considered. Quotes will be evaluated on the basis of advantages and disadvantages to the Government in regards to price and frequency isolation capability. As such, vendors are encouraged to submit alternate quotes for varying fr equency isolation capabilities. 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; 52.222-19, Child LaborCooperation with Authorities and Remedies 52.222.21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Op portunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act--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 6 September 2006, at jessica.dobbeleare@us.army.mil; facsimile (309)782-7257, or HQ, Army Sustainment Command, AMSAS-ACD-B (J. Dobbeleare), 1 Rock Island A rsenal, Rock Island, IL 61299.
 
Place of Performance
Address: U.S. Army Sustainment Command ATTN: AMSAS-ACD-B Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01123614-W 20060825/060823221525 (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.