Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2008 FBO #2299
SOLICITATION NOTICE

59 -- Four Updated Chamber Controllers with Compressor Monitoring and Product Protector for the US Army Electronic Proving Ground, Fort Huachuca, Arizona 85613

Notice Date
3/11/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-08-R-EPGBER
 
Response Due
3/18/2008
 
Archive Date
5/17/2008
 
Point of Contact
Carmen Simotti, 520-533-8189
 
E-Mail Address
Email your questions to ACA, White Sands Missile Range
(carmen.simotti@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement: 4 each; Updated chamber controllers with compressor monitoring and product pr otector. Requirement: Replace existing 2 channel, Thermotron 7800 controllers on four Thermotron AGREE combined climatic and dynamic test chambers with programmable logic controllers (PLC). The PLC should include an Ethernet connection and a touch screen monitor. The controller for the chamber must monitor system functions with safety interlocks and include transducers for monitoring cascade refrigeration systems. To protect items under test in the event of an unexpected malfuction, the system must prov ide independent chamber temperature monitoring and allow selectable shutdown temperatures. The controller should configure channel 1 for type T thermocouple with 5 TTL proportional integral derivative (PID) output. The controllers wil configure channel 2 for a 0-5 VDC or 4-20 ma input with TTL, PID output. Channel 2 engineering units should be scalable to accommodate a variety of linear transducers. Controller must allow stored data and programs to be transferred via USB port from resident hard drive an d must provide an IEEE-488 interface. Electrical/Instrument drawings must be provided. FOB DESTINATION: Fort Huachuca, Arizona. Payment will be made by Defense Finance and Accounting under provisions of Wide Area Work Flow under Net 30 Terms. Offers are due no later than 12 noon, Mountain Standard Time, Tuesday, 18 March 2008. Offers shall be submitted electronically at: carmen.simotti@us.army.mil. EVALUATION CRITERIA/ PROCEDURES: Offers will be submitted in commercial quote format. The offers will b e evaluated based on the following best value criteria in descending order of importance: Meeting the requirement, Proposed Delivery Schedule, Past Performance, and Price. The result of the award will be posted in Fedbizopps(http://www.fbo.gov/) under Awa rd Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Carmen Simotti at (520) 533-8189 or carmen.simotti@us.army.mil. The synopsis/solicitation document and incorporated provisions and claus es are those in effect through Federal Acquisition Circular 2005-24. This is a full and open competition. The NAICS code is 334419. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and I nformation Technology will be Section 508 of the Rehabilitation Act of 1973 compliant. The following FAR provision 52.212-1, Instruction to Offerors Commercial items, applies to the acquisition. FAR provision 52.212-2, Evaluation of Commercial Items, appl ies to the acquisition (See evaluation criteria above). Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items or ORCA, and furnish Offeror's Tax Identification Number, CAGE Code, Cent ral Contractor Registration Number, DUNS Number, and applicable FSC Codes with its offer. FAR clauses 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Co mmercial Items apply to this acquisition. FAR clause 52.219-8, Utilization of Small Business Concerns apply. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement. < BR>
 
Place of Performance
Address: ACA, South Region, Electronic Proving Ground Directorate of Contracting, Banister Hall, Bldg 56301, 2000 Arizona Street Fort Huachuca AZ
Zip Code: 85613-7063
Country: US
 
Record
SN01529597-W 20080313/080311224623 (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.