Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
SOLICITATION NOTICE

66 -- Hexapod Environmental Chamber, NSN NA, PN NA and Combined Solicitation/Synopsis (CSS)/Request for Proposal (RFP) W52H09-08-R-0044

Notice Date
12/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-08-R-0044
 
Response Due
1/21/2008
 
Archive Date
3/21/2008
 
Point of Contact
Jane E. Nelson, 309-782-5626
 
E-Mail Address
Email your questions to TACOM - Rock Island
(jane.nelson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued through ASFI/FedBizOps as will any amendments thereto. Interested parties are advised to periodically access the internet to obtain any amendments to this notice which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening/receipt of proposals may render your bid or proposal nonresponsive and result in its rejection. All responsible sources may su bmit a proposal, which, if received in a timely manner and takes no exception to any terms of the solicitation, shall be considered by the Government. Proposals are due on 2008JAN21; 3:30PM, local time. The Government intends to award without discussions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-21 and Class Deviation 2005-o0001. Defense Priorities and Allocations System (DPAS) rating is DO-C9e. This notice is issued as R equest for Proposal (RFP) W52H09-08-R-0044 and constitutes the Government intent to solicit and award a firm, fixed priced contract for a NOUN: Hexapod Environmental Chamber, NSN NA, PN NA, Quantity 1 Each, and meets the requirements identified in the belo w Description of Purchase. Offers will be evaluated to determine the lowest priced technically acceptable offer which meets the minimum requirements of the description of purchase. Prospective contractors may offer commercial equivalents or higher for the following specified minimum requirements provided that the proposal contains documentation to support a determination of commercial equivalency for technical acceptability by and at the Governments discretion. Description of Purchase: Minimum Requirement s are: (1) Chamber Interior to fit over an existing 6 degrees of freedom vibration table which has a movement of plus or minus 8 inches, and pit which is about 132 inches wide by 124 inches long by 36 inches deep; (2)Temperature Range: minus 80 degrees F to 250 degrees F, plus or minus 1 degree F.; (3) Moveable/roll-able chamber by mounted wheels or casters away from the vibration table and pit with the chamber being off the floor by at least 8 inches to clear the top of the vibration table. Floor tracks are not acceptable; (4)The top of the chamber not to exceed 95 inches from the floor with the chamber size being approximately 87.5 inches high by 120 inches deep by 132 inches wide; (5) Two 2-inch ports, one on each side; (6) Programmable Controller 24-St eps; (7) Computer interface USB, RS485 or RS-232 and software for programming and data logging to a PC; (8) Temperature Safety Cut Off Devices; (9) Cooling Ramp Down and ramp up at 2 degrees F per minute; (10) Non corrosive metal interior; (11) Sensors NIS T traceable 1-year calibration; (12) Power 110 Volt, 1-phase; or 208 Volt, 3-phase; or 480 Volt, 3-phase; and all power and phases at a minimum of 60 Hz; (13) 10-inch chart recorder to log temperature; (14) Assemblies and Parts must pass thru a door openin g of 118 inches high by 92 inches wide; (15) The front side of the chamber being approximately 132 inches wide being fully open for loading the chamber and may have 1 or 2 doors; (16) 3 windows, one per side being at least 36 inches wide and 24 inches high ; (17) Four interior lights; (18) Floor of chamber being flexible membrane to accommodate interface with vibration table and to absorb air pressure changes during the operation of the vibration table; plus or minus 8 inches of movement, floor may be fixed or removable from the chamber; (19) Chamber assembly may be two units, one the chamber and two the mechanical package which may be remotely located away from th e chamber with flexible or removable hoses used to connect to the chamber. (20) Cooling tower is available; (21) Training, on-site at Building 131, Test Facility, for eight hours and including one hard copy and one electronic copy of operating and maintena nce manuals; (22) Delivery by commercial carrier with standard commercial packaging is required. Delivery is required 190 days after date of award; (23)Delivery will be FOB: Destination to DoDAAC W910RS, Edgewood Chemical Biological Center; ATTN: Bill Mey er (309-782-5404), AMSRD-ECB-END (RI); 1 Rock Island Arsenal, Building 131 (Basement); Rock Island, IL 61299-7390. (24) Prospective contractors shall submit a cost proposal is required in sufficient detail to determine the overall cost of the assembled cha mber, cost of eight hours of on-site training manuals. Offers must provide sufficient documentation or evidence to determine technical capability to meet the minimum Government requirements and specify a firm, fixed price. Descriptive documentation shall i nclude, as a minimum, make, model, part number, nomenclature, quantity, detail of specifications, drawings, base and optional features, a detailed cost breakdown sheet, and a specified delivery date. Information should clearly identify the manufacturer, co untry of origin, part number, unit price, and length of warranty for each component. Evidence may include commercial marketing literature or other reliable information. Detailed drawings for the chamber itself are a mandatory requirement for submittal of proposal; (25) A Pre-proposal Conference, including a site visit of the Test Facility (required point of installation), is scheduled at TACOM LCMC, High Tech Conference Room, Building 62, 1st Floor, Rock Island Arsenal, Rock Island, Illinois 61299-7630 on 2007DEC18 at 0900 hours. Each Company is restricted to two (2) attendee(s). Email jane.nelson@us.army.mil to provide notice whether or not you will attend, and give the full name, title, eMail, Company Name, Address, and telephone of each attendee, ident ify whether or not the attendee is a U.S. citizen, or the Country of origin, if not a U.S. citizen. Additionally, the following provisions apply to this acquisition: FAR 52.212-1 Instruction to Offerors Commercial Items (Sep 2006); FAR 52.212-3, Offeror Re presentations and Certifications Commercial Items (Nov 2006); FAR 52.212-4, Contract Terms and Conditions (Feb 2 007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes. Also, Reference FAR Clause FAR 52.232-30, Installment Paymen ts for Commercial Items, 01-OCT-1995, will be incorporated into any subsequent award.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN01465208-W 20071208/071206230307 (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.