SOLICITATION NOTICE
41 -- Replacement of two and three channel Thermotron 7800, JC System 600A and Honeywell VRX 180 controllers with functionally equivalent or better controllers with touch screen capability.
- Notice Date
- 8/5/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, 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-EPGTCC
- Response Due
- 8/13/2008
- Archive Date
- 10/12/2008
- Point of Contact
- charlene.neal, 520-538-2399
- 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: Replace existing 2 and 3 channel Thermotron 7800, JC System 600A, and Honeywell VRX 180 controllers and install functionally equivalent or better controllers with touch screen capability. Ten controllers required as described: CONTROLLERS 1 - 4: Four each Thermotron model F110-CHV-30-30 AGREE combined temperature, humidity and dynamic test chambers (2 channel control). CONTROLLER 5:Thermotron Model F-82-CHV-25-25l AGREE temperature and humidity chamber. (2 channel controll). CONTROLLER 6: American Research Model WI666-100250NF temperature and humidity chamber (2 channel control). CONTROLLER 7: American Research Model ALT 64-100 350 temperature-altitude chamber (2 channel control). CONTROLLER 8:Tenny Model WI-ST-85 250 temperature-altitude-humidity chamber (3 channel control). The controller must be capable of providing control, monitoring and recording functions of the existing controllers and provide additional capabilities as noted. Outputs will interface with and or replace existing solid state relays (SSR) capable of controlling 2-stage heating and 2-stage cooling, as well as humidity and altitude, where applicable. Four (4) additional programmable auxiliary SSRs are required. Controller must store data and programs and allow transfer to PC via USB port from resident hard drive. Each controller will enable and configure channel 1 input for type T thermocouple with proportional integral derivative (PID) output control. Each controller will enable and configure channel 2 for a 0-5 VDC or 4-20 ma inputs with PID output. Where required channels 2 and 3 (engineering units), should be scalable to accommodate a variety of linear transducers. Controller must assume functions of existing Thermotron System Monitor and Therm Alarms which include: transducers for monitoring cascade refrigeration systems with safety interlocks to protect items under test in the event of an unexpected malfunction. The system must provide independent chamber temperature monitoring and allow selectable High and Low shutdown temperatures. Electrical/Instrument drawings must be provided. CONTROLLER 9: Replace JC Systems 600A controller on custom built Explosive Atmosphere chamber. Explosive atmosphere controller upgrade requirements: Control channel 1 - Type T thermocouple with either on/off or PID output to drive 110 VAC contactor which enables single stage resistive heater loads with no cooling requirements. Five (5) additional recordable monitor channels with scalable inputs configurable for Type T thermocouple, 0-5 VDC, and 10 VDC. CONTROLLER 10: Replace Honeywell VRX 180 controller on custom built salt fog chamber. Salt Fog controller upgrade requirements: Control channel 1 - RDT, Type T thermocouple configurable input with on/off output to drive 110 VAC contactor. Output will drive contactor which enables single stage resistive heater loads with no cooling requirements. Five (5) additional recordable monitor channels with scalable inputs configurable for Type T thermocouple, 0-5 VDC, and 0-10 VDC. 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, 13 August 2008. Offers shall be submitted electronically at:charlene.neal@us.army.mil. EVALUATION CRITERIA/ PROCEDURES: The offers will be 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 Award Notices. Questions pertaining to the Award Notice must be submitted in writing. For additional information, contact Charlene Neal at (520) 538-2399 or charlene.neal@us.army.mil. The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, 22 April 2008. This is a full and open competition. The NAICS code is 334513. The solicitation is issued as a request for proposal (RFP) and will be awarded as a firm-fixed-price. All Electronic and Information 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, applies 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, Central 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 Commercial 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.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=95a318d499a5d9caa87b71ba96362c68&tab=core&_cview=1)
- Place of Performance
- Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN01631328-W 20080807/080805221825-95a318d499a5d9caa87b71ba96362c68 (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 |