Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

66 -- Materials Compounding System to include Drive Unit and Attachable Compound Sub- Systems.

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
RDECOM Contracting Center - Adelphi (RDECOM-CC), ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX10T0169
 
Response Due
9/6/2010
 
Archive Date
11/5/2010
 
Point of Contact
Phillip J. Amador, 575-678-3523
 
E-Mail Address
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(phillip.j.amador@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. DRAFT SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 334513 3. Subject: Materials Compounding System to include Drive Unit and Attachable Compound Sub- Systems. 4. Solicitation Number: W911QX-10-T- 0169 5. Set-Aside Code: Unrestricted 6. Response Date: 06 September 2010 7. Place of Performance: US Army Research, Development and Engineering Command Acquisition Center, Adelphi Contracting Division Shipping and Receiving BLDG 434 Aberdeen Proving Ground (APG), MD 21005-5001 8. (i) This is a combined synopsis/solicitation 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. (ii) The solicitation number is W911QX-10-T-0169. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42. (iv) This acquisition is for full and open competition. The associated NAICS code is 334513. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, Materials Compounding System, QTY 1, EA, CLIN 0002, Shipping Charges to APG, MD, QTY 1, LOT (vi) Description of requirements: Research grade materials compounding system consisting of drive unit and attachable sub-systems to compound, mix and measure rheological values of polymeric materials and other fluids containing different additives and modifiers. All sub-systems mounted on a wheeled cart attached to the main drive with a self-centering plug locking in position with a single lever. Base Unit with the following: CANOpen bus technology for controlling all systems; drive motor with a minimum power of 16 kW (21.4 hp); able to reach 550 RPM; torque production of 400 Nm; able to measure the torque directly on the shaft of the drive unit; able to automatically switch between a low and a high torque range; high end sensitivity of 0.1 Nm or better; low range sensitivity of 0.01 Nm or better; total torque range of 0 Nm to 400 Nm where the low is below 120 Nm; electronic overload protection mechanism. Dynamometers and amperage sensing mechanisms are not acceptable. Interface to a PC using Windows OS via USB or Ethernet. Serial RS-232 is not acceptable. Remote unit to start, stop and control the drive motor Compounder with the following: Co-rotating 16 mm twin agitator extruder with a L/D ratio of 25:1 plus a second 15:1 L/D section for a total 40:1 L/D; must be recognized when connected to the base unit by means of plug & play software in either configuration; split barrel where the top half is removable and made of 4D sections; interchangeable sections with openings for feeding, venting and sections without openings to allow for ad-hoc reconfigurations of the upper half of the barrel; agitators constructed using multiple individual elements mounted onto a hexagonal shaft for axial strength to allow for ad-hoc configuration of the agitators; forward feeding elements in minimum of several arrangements including wide throat elements with length D, 1D and 1 D, reverse feeding elements with length of D and 1 D, and mixing elements with 0 and 90 offsets and D and D lengths; treated agitators and barrels to withstand wear above normal use; able to reach 1,100 RPM with a maximum torque of 130 Nm; able to reach 450 deg C at 100 bars of pressure with 9 independently controlled heating zones and include heating for up to two external zones; vacuum venting system including a 4D barrel port section, vacuum pump, catch-pot, hoses and electrical controls; volumetric metering feeder, volumetric twin screw feeder, and two liquid feeding pumps with 4D barrel port; variable length pelletizer adjustable between 1 mm to 3 mm, all pressure transducers and thermocouples must use CANopen technology. Can perform rheology measurements automatically via the software. Bagley and Rabinowitsch corrections included; one set of 1 mm capillary dies with 10mm, 20mm and 30mm lengths; one set of 2 mm with lengths of 10 mm, 15 mm, 20mm, 30mm; extrudate discharging vertically; pressure transducer of 100 bar, 300 bar and 700 bar to measure apparent stress; flow rate measurement directly by means of a metering pump to allow flow and viscosity curves to be build automatically. Measuring individual data points by means of balance or by volume is not acceptable. Software: MS Windows XP (Vista) compatible (vii) Delivery is required by 4 months after receipt of order (ARO). Delivery shall be made to Building 434, Shipping and Receiving, Aberdeen Proving Ground (APG), MD 21005-5001. Acceptance shall be performed at the same location. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include 2 records of sales from the previous 12 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offerors shall include DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 5.203-3 Gratuities (APR 1984), 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006), 52.204-7 Central Contractor Registration (APR 2008), 52.219-8 Utilization of Small Business Concerns (MAY 2004; Deviation), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.222-50 Combating Trafficking in Persons (FEB 2009), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 252.204-7003 Control of Government Personnel Work Product (APR 1992), 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009), 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003), 252.227-7015 Technical Data-Commercial Items (NOV 1995), 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999), 252.232-7003 Electronic Submission of Payment Requests (MAR 2008), 252.243-7002 Request for Equitable Adjustment 2005 (MAR 1998) (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4407 Type of Contract; 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; and 52.032-4431 Wide Area Workflow (WAWF) Payment Instructions. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NONE. (xv) The following notes apply to this announcement: NONE. (xvi) Offers are due 06 September 2010, by 12:00 PM MST, via email to phillip.j.amador@arl.army.mil (xvii) For information regarding this solicitation, please contact Phillip J. Amador, 575-678-3523, phillip.j.amador@arl.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b0c1d9ca396d1969ed4c60fd41037de)
 
Place of Performance
Address: RDECOM Contracting Center - Adelphi (RDECOM-CC) ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
 
Record
SN02254938-W 20100827/100825235821-0b0c1d9ca396d1969ed4c60fd41037de (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.