Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2008 FBO #2327
SOLICITATION NOTICE

66 -- Walk-In Cold Chamber

Notice Date
4/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R08T1028
 
Response Due
4/17/2008
 
Archive Date
6/16/2008
 
Point of Contact
Tejae Craig, 928-328-6903
 
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. Requestfor Quotation (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Fac 2005-24, Effective 31 Mar 2008 & Class Deviation 2005-o0001 and Defense Federal Regulation Supplement (DFARs), current to DCN 20080331 edition. The awarded contract will be a firm fixed price. It is anticipated that payment will be made by Government Visa Credit Card. This action is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) is 334516 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The award will be based on low price and technically acceptable. The quotation shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description: Associated Environmental Systems Walk-In Room Test Chamber with Demineralizer System, Part Number: WR-1450. Cold Chamber Specifications: Minimum temperature: -60F or lower. Maximum temperature: 185F or higher. Time Requirement: Must reach -60F within 3 hours as installed and 185F in 8 hours from ambient (room) temperature typically 72F. Humidity: 20% - 95% +/-5% after stabilization, +2C dew point limit. Interior working dimensions: 139W X 1110D X 8H Minimum 14W X 14D X10H Maximum Compressors: Copeland semi-hermetic or equivalent Heating system: ceramic core electric Compressor and evaporator to be mounted inside the facility. Condenser to be mounted in a non environmentally controlled facility adjacent to the environmental chamber approximately 8away. Power: 208 3Phase Power Delta System. Doors:1 entry door: 36 X 84 high, 1 double door set 88 wide X 7 high Insulation/Finishes: 1.Panel Insulation: Urethane 2.Assembly/Disassembly: Panels with pins and cam locks 3.Interior Walls: Stainless Steel 4.Exterior Color: White 5.Interior Floor: Stainless Steel 6.Static floor loading minimum: 600 LBS/SQFT 7.Doors: White Outside, Stainless Steel Inside 8.Glass: Multi-Pane window in small door Lighting: Incandescent lighting capable of operation at all temperature and humidity ranges of the chamber. Safety: 1.Internal safety latch exit. 2.Self closing hinges to prevent thermal runaway 3.Redundant control circuit and fail safe contactor to prevent thermal runaway 4.High pressure switch 5.Insulation: Underwriters Laboratory 25 low flame spread rating. Items shall be delivered by 23 June 2008to U.S. Cold Region Test Center in Fort Greely, Alaska 99737. Arizona vendors are to include the Arizona Transaction Privilege Tax. All quotations shall be clearly marked with RFQ referencing number W9124R-08-T-1028 and emailed or sent to the Point of Contact (POC) below no later than the 17 April 2008 at 11:00 a.m. Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to the POC below no later than the 14 April 2008 at 11:00 a.m. Mountain Standard Time (MST). Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Nov 2007). FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Nov 2007) with Alternate I (Apr 2002). Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill/af.mil/Vffar1.htm locate the referenced provision, copy and paste it to a Word Document and complete. If the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/ then the offeror shall only complete section (l) of FAR 52.212-3. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) and FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Feb 2008) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-50, Combating Trafficking in Persons (Aug 2007), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999), 52.252-2 Clauses Incorporated by Reference (Feb 1998). DFARS Clause252.211-7003 Item Identification and Valuation (Jun 2005). DFARS Clauses 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), specifically 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005). DFARS provision 252.232-7003 Electronic Submission Payment Requests (Mar 2008), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to the POC below or by facsimile (928) 328-6849.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef859559ccaa8698f9ad81ae534f87ba&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
 
Record
SN01550092-W 20080410/080408223519-ef859559ccaa8698f9ad81ae534f87ba (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.