Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

66 -- Temperature and Humidity Test Chamber

Notice Date
5/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Aberdeen Proving Ground, ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-09-T-0403
 
Response Due
5/22/2009
 
Archive Date
7/21/2009
 
Point of Contact
Susan Sowa, 410-278-0888<br />
 
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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-09-T-0403. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-30. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 541380 and the Business Size Standard is 12.0 million. The Government contemplates award of a Firm-Fixed Price purchase order for the following (brand name or equal) requirement. Description of Requirement: CLIN 0001 4 each Description of End Item Use: CSZ Temperature and humidity test chamber model number ZPH-32-2-2-H/AC brandname or equal as per specifications. CLIN 0002 Option to add an additional 4 each Description of End Item Use: CSZ Temperature and humidity test chamber model number ZPH-32-2-2-H/AC brandname or equal as per specifications. CLIN 0003 Option to add an additional 2 each Description of End Item Use: CSZ Temperature and humidity test chamber model number ZPH-32-2-2-H/AC brandname or equal as per specifications. Specifications 1.Required Temperature Test Ranges: -100 deg F to +350 deg F. 2.Minimum Humidity Test Range Requirement: 10% to 98% relative humidity. 3.Humidity Water Requirement: Chamber shall use de-ionized (DI) water. 4.Electric Service Minimum Requirement: 208 volt (5%), 60 hertz, single phase. 5.Chamber shall control temperature and humidity using a Micristar controller (Model number 828-D11-403-901-020-00). Use the following events in the Micristar to control the chamber mechanical systems: 1-Enable humidity system, 6-Enable heating/cooling systems, 8-Enable low humidity systems (if required). 6.Chamber shall use electronic solid-state humidity sensor that shall be easily removable for cold testing and calibration. The sensor shall be able to withstand the extreme cold temperatures in the chamber. 7.Warranty: Contractor shall include one (1) year labor and parts warranty for chamber(s). 8.Chamber Compartment Dimensions: 32 Cubic Ft 3 ft 2 in wide x 3 ft 2 in deep x 3 ft 2 in height. 9.Minimum Cooling Capacity: +75 deg F (standard ambient) to -65 deg F in 30 minutes. 10.Minimum Heating Capacity: -65 deg F to +75 deg F (standard ambient) in 20 minutes. 11.Chamber shall have at least one window, shelves, an interior light and two instrumentation ports. The chamber should have at least 2 each 4 inch diameter access ports with plugs to close the ports. Adjustable shelves should slide out of the chamber. 12.The chamber shall contain redundant Digital High/Low Temperature Limit Controllers and Audible Alarms to notify operators in event of equipment or system failure. At least two additional limit controllers shall be installed. 13.Chamber Operational Sound Levels Not to exceed 80 dB. Chamber will be used in an occupied work space. 14.Refrigeration systems shall use environmentally safe refrigerants. 15.Calibration: Contractor shall offer and provide with chambers a NIST traceable calibration certificates. Contractor shall be able to provide A2LA Accredited calibration services. 16.Chamber test compartment should be fully pressure tested. Seams inside chamber shall be fully welded ports to eliminate potential leaks and prolong chamber life. 17.Chamber should have defrost or other design features to minimize coiling freezing. 18.Temperature Stability: 0.5C (2F); 3% relative humidity at steady state conditions after stabilization 19.Live Load Capacity: 1,500 watts at -40C (-40F) or 1,100 watts at -54C (-65F) or 600 watts at -68C (-90F) 20.The physical dimensions of the finished chamber shall be no larger than 5 ft wide by 6 ft deep by 8 ft tall. NOTES to Offerors: Offers shall note the lead time or approximate delivery date for items offered. Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Ground, 21005. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.217-5 Evaluation of Options 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211-6 Brand Name or Equal 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-2 Buy American Act Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 5:00 PM EST May 22, 2009 via fax at 410-306-3726 or email to susan.sowa@us.army.mil at the US Army RDECOM Contracting Center, Aberdeen Installation Contracting Division, Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Susan Sowa, Contract Specialist, via email at susan.sowa@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/USA/DABJ/DABJ05/W91ZLK-09-T-0403/listing.html)
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD<br />
Zip Code: 21005-3013<br />
 
Record
SN01816897-W 20090516/090514215826-80b33d1fae4ed3276e4d42dcbb6e19bf (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.