Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

H -- Combined Synopsis/Solicitation for Tension Compression Temperature Chamber

Notice Date
9/6/2006
 
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
W52P1J06T0017
 
Response Due
9/13/2006
 
Archive Date
11/12/2006
 
Small Business Set-Aside
N/A
 
Description
It is anticipated that a firm-fixed priced, competitive purchase order will be issued for the procurement of a Tension Compression Temperature Chamber that meets the specifications and terms and conditions contained herein. 1.0 Objective: This requirement is for the acquisition of one Tension Compression Temperature Chamber that matches the form, fit and function of an Instron Corporation model 3119-409 high temperature chamber. The provided chamber will be used in conjunct ion with an Instron tester model 3382, 100kN Wedge Action Grips model 2716-002 and 1kN Wedge Action Grips model 2716-016. 2.0 Specification: The supplied Tension Compression Chamber shall have the physical, functional, and performance characteristics as the above referenced Instron equipment, including the following general description: 2.1 Dimensions shall be as follows; external height 28.9, internal height 26.0, internal width 9.4, external width 13.8, external depth 23.6, internal depth 9.0, pullrod port diameter 2.6. 2.2 All accessories necessary to use the chamber with the existing Instron tester, identified above, and accessories to use the chamber with the above identified grips shall be included. 2.3 The chamber shall be powered by 120VAC single phase. 2.4 The chamber door shall be on the front of the chamber as installed in the tester and shall be hinged on the left hand side as viewed from the front. 2.5 Operating temperature ranges shall be -70?C to 250?C. Cooling shall be accomplished with liquid CO2. 2.6 A roller carriage system shall be included so the chamber can be moved in and out of the Instron tester by one individual without the use of mechanical handling equipment. 2.7 The chamber shall include one complete set of manuals covering installation, maintenance and operation as well as one electronic copy on CD. 2.8 The vendor shall provide on-site set up, checkout, calibration and training. 3.0 Packaging: The vendor shall package and transport the chamber in accordance with best commercial practices. 4.0 Inspection: The vendor shall perform quality assurance inspections in accordance with best commercial practices. The vendor shall demonstrate that the chamber meets the system specifications, as identified herein, through actual testing at the design ated delivery point. 5.0 Delivery: The vendor shall deliver and setup the chamber, FOB Destination, within 120 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 7. 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, FOB Destination, and setup of the chamber no later 120 days after purchase order award to: ECBC Rock Island AMSRD-ECB-END (Quinn Hartman) Building 131 Rock Island IL 61299 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 : 52.211-6 -- Brand Name or Equal 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 whic h 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: 52.222-3, 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 13 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
SN01135303-W 20060908/060906230059 (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.