Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2006 FBO #1746
SOLICITATION NOTICE

H -- Combined Synopsis/Solicitation for Weathering Chamber

Notice Date
9/5/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J06T0016
 
Response Due
9/19/2006
 
Archive Date
11/18/2006
 
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 Xenon Light Weathering Chamber capable of the testing requirements of MIL-STD-810F 505.4 Procedure II, ASTM G 151, ASTM G 155, ASTM D 904, ASTM D 3424 and ASTM D 6551 and the following dimensions and specifications: The supplied chamber shall be free-standing, shall run off of 230 V 3 phase power, and shall have a capacity for testing a minimum of 20- 3inch x 6inch flat specimens. The chamber shall include the following functions that shall be set and controlled: irradiance, black panel temperature, relative humidity and specimen chamber air temperature. The sensors for these functions shall include a NIST traceable calibration. The chamber shall include a refrigeration system capable of cooling the chamber. The chamber shall include, within the system, a pyranometer meeting the requirements of MIL-STD-810F. Included with the chamber shall be the following: 1. Filters meeting the requirements of ASTM G 155 REV A; Daylight Filters, Window Glass Filters and Extended UV Filters, 2. Hardware and software for data logging on a PC compatible with Windows XP, 3. Racks and holders for a minimum of 20-3inch x 6inch specimens, 4. Onsite setup and startup, at Rock Island Arsenal, with minimum of 4 hours training The vendor shall deliver, setup and startup the Weathering Chamber, FOB Destination, within 5 weeks 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 6. 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) verification of delivery, startup and setup of the Weathering Chamber no later 5 weeks after purchase order award (5) verification that the Weathering Chamber shall be tested, individually preserved, packaged, marked, bar-coded and shipped, FOB Destination, in accordance with best commercial practices to: ECBC Rock Island AMSRD-ECB-END (Kelly Zimmerman) Building 131 Rock Island IL 61299 This procurement is a 100% set aside for Small Businesses. NAICS code for this solicitation is 541380 and the small business size standard is $11 million. 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 : 52.211-2 -- Availability of Specifications, Standards, and Data Item Descriptions Listed in the Acquisition Streamlining and Standardization Information System (ASSIST). 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation -- Commercial Items; The Government will award a purchase resulting from this solicitation to the responsible supplier whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors cons idered. Award will be made to lowest priced supplier which meets the minimum requirements as stated above. 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, Small Disadvantaged Business Participation ProgramIncentive Subcontracting; 52.222-35, Equal Opportunity 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 19 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 Arsenal, 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
SN01134097-W 20060907/060905220807 (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.