Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
SOLICITATION NOTICE

66 -- Cyclic Corrosion Chamber

Notice Date
5/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
DENVER FEDERAL CENTER, Denver, CO 80225
 
ZIP Code
80225
 
Solicitation Number
R12PS80338
 
Response Due
6/4/2012
 
Archive Date
12/1/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
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.The solicitation number is R12PS80338 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334512 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-06-04 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Lakewood, CO 80225 The Bureau of Reclamation requires the following items, Meet or Exceed, to the following: LI 001, Cyclic Corrosion Chamber, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Reclamation intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Reclamation is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Cyclic Corrosion Test Chamber shall meet the following minimum requirements: Site Conditions and General Requirements 1.Cabinet shall be smaller than 4 ft x 7 ft due to lab space restrictions 2.The cabinet shall be designed for easy access to all test samples from the front. The height shall be such that an average height person standing on the floor will be able to comfortably reach all test samples. 3.Available electrical power sources are 208 volt, single phase, 60Hz, 30 amp and 480 volt, three phase, 30 amp 4.Compressed air supply, 80 psi 5.Deionized water supply, 4 gpm 6.A floor drain is located near the chamber 7.Two copies of all documentation shall be provided and shall include a.A detailed operation manual b.A maintenance manual that shall include a complete description of the equipment, troubleshooting guide, drawings and schematics, complete parts list with part numbers and sources for all parts 8.One year warranty including all parts labor for on-site repair 9.A one year supply of all consumable materials shall be provided with the unit 10.Vendor Experience - The vendor shall show a history of having manufactured the offered product, or similar, for a minimum period of 5 years and have a minimum of 10 similar units installed in the field. Chamber Performance Requirements 1.Shall perform ASTM D 5894 Cyclic salt fog/ UV exposure of painted metal and ASTM G85 Modified salt spray (fog) testing, Annex 5. 2.Alternate 1 hour fog cycle and 1 hour dry cycle. The dry cycle shall be capable of reaching and holding a temperature of 35?C, ?2?C within 15 minutes of switching from the fog cycle. 3.Programmable cycle control of fog, drying, time, and temperature. The programmable controls shall be capable of producing the specified ASTM tests. 4.Minimum capacity of 15 ft3 and a maximum capacity of 20 ft3. 5.Specimen holding racks shall be furnished for holding a minimum of 150 specimens simultaneously. The racks shall be sized for 3? x 6? specimens with a 1/8? thickness (not including the coating). 6.Compressed air connection 7.Dionized water supply connection 8.Electrolyte solution reservoir of sufficient capacity to run the specified tests continuously for 7 days between refills minimum. 9.Cabinet must be built using plastic that is immune to the corrosive solution used for testing. 10.Shall have a sufficient number of atomizing nozzles to provide uniform fog distribution throughout the cabinet. 11.Atomization shall produce 1.0 to 2.0 mL of solution per hour based on an average of 16 hrs for 80 cm2 of horizontal surface area. 12.A manual fog collection kit shall be furnished with the unit for performing calibrations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4552b8e1cc222fb5d48859ada1c1871a)
 
Place of Performance
Address: Lakewood, CO 80225
Zip Code: 80225-0007
 
Record
SN02761085-W 20120601/120530235518-4552b8e1cc222fb5d48859ada1c1871a (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.