SOLICITATION NOTICE
66 -- Autotitration System
- Notice Date
- 10/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-09-T-0246
- Archive Date
- 11/12/2009
- Point of Contact
- Shannan M. Germond, Phone: 7323232778, Judith A Dastis, Phone: 732-323-7339
- E-Mail Address
-
shannan.germond@navy.mil, judith.dastis@navy.mil
(shannan.germond@navy.mil, judith.dastis@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS / SOLICITATION (Request for Quote) for commercial items prepared in accordance with the format in FAR 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 Naval Air Warfare Center Aircraft Division (NAWCAD) intends to procure one (1) Autotitration System for analyses of large numbers of lubricant samples. The titration system must have the ability to perform the following automated test methods: ASTM D664 “Acid Number of Petroleum Products by Potentiometric Titration” and SAE ARP5088 “Determination of Total Acidity in Polyol Ester and Diester Lubricants by Automatic Potentiometric Titration.” The system must also be capable of easy setup of complex titration methods, performing end point, equivalence point, voltametric, pH, and non-aqueous titrations. The titrator must have an RS-232 connection (or other means) for communication with an analytical balance and it must also have a connection for a USB printer and have the capability of automatic printer recognition and of printout of data and methods. The system needs to automatically recognize the balance and be capable of inputting sample weights determined on the balance. The titrator must automatically recognize connected electrodes. System must include: one 10 milliliter burette and the capability of adding three or more burettes; one half cell pH electrode and one reference electrode for non-aqueous titrations; an autosampler (capable of holding at least twelve 250 milliliter disposable beakers) for transport of samples to the titrator; a tower for holding electrodes and means for solvent rinse of electrodes; two diaphragm pumps for solvent transport (for solvent fill in sample beaker and electrode rinse; and a magnetic stirrer (or other means) for sample mixing. Certification of titrator voltages and burette volumes and on-site installation and a one year warranty is also required. Vendors seeking award of a Government Purchase Order must be currently registered in the Central Contractor Registration (CCR) database and furnish their 5 digit CAGE Code with their quote to effect electronic payment. CCR registration information can be found at www.ccr.gov. All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery shall be within 45 days after contract award. Shipping FOB Destination, and the shipping address is: Naval Air Warfare Center 22229 Elmer Road Building 2360 Patuxent River, MD 20670 Attention: Dr. Michael Sundberg Phone: (301) 757-3417 The award will be subject to the following Federal Acquisition Regulation Clauses: 52.212-4, Contract Terms and Conditions – Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 252.211-7003, Item Identification and Valuation; 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor – Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. Please submit Request for Quotations to: Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25234SG, Shannan Germond, Hwy. 547, Bldg. 120-1, Lakehurst, NJ 08733. Electronic submissions are preferable if sent to shannan.germond@navy.mil. The solicitation closing date is 28 October 2009 at 1600 EST. Name and telephone number of individual to contact for information regarding the solicitation: Shannan Germond, (732) 323-2778, fax (732) 323-7531, e-mail: shannan.germond@navy.mil. Hard copies of the Solicitation and Amendments will NOT be mailed to the contractors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-09-T-0246/listing.html)
- Place of Performance
- Address: Attn: Michael Sundberg, Phone: 301-757-3417, Naval Air Warfare Center, 22229 Elmer Road, Building 2360, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN01984680-W 20091015/091013234940-2fd85dcb173ddc69c73a483798786a57 (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 |