Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2014 FBO #4667
MODIFICATION

10 -- One (1) Controlled Environmental Chamber

Notice Date
9/2/2014
 
Notice Type
Modification/Amendment
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX14T0073
 
Response Due
9/4/2014
 
Archive Date
11/1/2014
 
Point of Contact
crystal.demby, 301-394-5332
 
E-Mail Address
ACC-APG - Adelphi
(crystal.demby@us.army.mil)
 
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; proposals are being requested and a written solicitation will not be issued. ) The solicitation number is W911QX-14-T-0073. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 effective July 25, 2014. (iv) This acquisition is set-aside for a 100% Small Business Set-Aside. The associated NAICS code is 334513. The small business size standard is 500 employees. (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, One (1) Controlled Environmental Chamber that conforms to all of the requirements listed in the attached Salient Characteristics. (vi) Description of requirements: Salient Characteristics: The Government requires one (1) Controlled Environment Chamber to be delivered and installed to Aberdeen Proving Grounds (APG), MD. The Contractor shall ensure the aforementioned Controlled Environment Chamber meet all of the following requirements: Control Panel 1.Chamber shall have an exterior control panel which will digitally display the temperature and humidity conditions inside of the chamber. 2.Chamber shall have a removable at least two gigabyte standard memory card (such as an Secure Digital (SD) card or thumb drive which can transfer at least one (1) week's worth of chamber temperature and humidity conditions data to a computer. Ventilation/Air 1.Chamber shall be able to completely replace the total volume of air within the chamber no less than fifteen (15) times per hour. 2.Chamber shall have the capability to heat or cool ambient air to 72 degrees Fahrenheit plus or minus ( ) 2 degrees Fahrenheit within the chamber. Electricity 1.Entire unit shall wire into existing facility, (reference Dimensions section listed below) at either 208 volts or 480 volts, three (3) phase electricity 2.Interior lights shall operate on a separate circuit and be functional when power for the air conditioning and humidification system is off, to aid in preventative maintenance. Plumbing 1.Humidification system shall use tap water or the unit must come equipped with equipment to purify tap water to the level of purification required by the humidification system. 2.Dehumidification system shall utilize existing drain see diagram below. 3.All water system filters and screens shall be accessible with ease by Army Research Laboratory (ARL) personnel for routine maintenance. 4.Shall be able to humidify or dehumidify ambient air in order to provide 50 percent (%) relative humidity 5% within the chamber. Dimensions 1.Fully constructed chamber shall fit into ARL Building 4600, Room L1072 and have exterior dimensions no larger than 14 feet (') by 14' by 10' tall (see diagram below). 2.Construction materials shall fit through current doorways into ARL Building 4600, Room L1072, the largest of which is 34.5 inches ( quote mark ) wide and 94 quote mark tall. 3.Chamber shall be able to be constructed on site. Construction Materials 1.Exterior Chamber Walls shall be equipped with four (4) separate capped line transfers for water, air, vacuum, or nitrogen to tie into the facility. 2.Exterior Chamber Walls shall be corrosion-resistant. 3.Exterior Chamber Walls shall be insulated to maintain the constant environment described above. 4.Door into the chamber shall swing open into the chamber, or slide into the chamber wall, and be at least 34.5 quote mark wide and 94 quote mark tall and no larger than the size of the chamber wall that it is on. 5.Entry threshold into the chamber shall be smooth, either by being flush with the current floor or by providing a ramp to ensure ease of movement of heavy carts or racks by personnel. 6.Chamber shall be equipped with a fire suppressant system which complies with Aberdeen Proving Ground Fire Department (APGFD) standards available by contacting fireinfo@apg.army.mil or 410-306-0501. Chamber shall have four (4) sprinkler heads, tied into APG's current fire suppression water supply, dropped into the ceiling of the chamber. Training 1.Vendor shall train two (2) to seven (7) ARL users, on-site on the proper use and maintenance of the chamber within two (2) weeks of chamber completion. Training shall be a minimum of one (1) half day and a maximum of two (2) days. Delivery 1.All chamber components and assembly tools shall be delivered to Building 4600, Loading Dock no earlier than two (2) weeks prior to installation and /OR brought with installation technicians at the time of installation. The Contractor shall provide three (3) possible dates for delivery, installation and training within ten (10) days of contract award. The Technical Point of Contact (TPOC) will respond with an approved date within five (5) days of Contractor notification. The Contractor shall ensure that installation begins no later than four (4) months after contract award and completed within six (6) weeks of initiation of installation. The Contractor shall ensure that after installation the unit is fully functional according to the unit's specifications. (vii) Delivery of chamber components and assembly tools is required within six (6) weeks after contract award /OR brought with installation technicians at the time of installation. Delivery shall be made to the Army Research Laboratory (ARL), Aberdeen Proving Ground (APG), Loading Dock Building 4600, MD 21005-5069. Acceptance shall be performed at the ARL, APG. The FOB point is destination. The Contractor shall ensure that installation begins no later than four (4) months after contract award and completed within six (6) weeks of initiation. (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: Evaluation Criteria 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 four (4) relevant records of sales from the previous 36 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 include a completed copy of the provision at FAR 52.212-3, Offeror Representations 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 the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, 52.203-6, 52.203-6 (Alt 1), 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.252-2, 52.203-3, 252.203-7000, 252.203-7005, 252.204-7011, 252.215-7007, 252.215-7008, 252.223-7008, 252.225-7001, 252.225-7012, 252.211-7003, 252.232-7003, 252.232-7010, 252.243-7002, 252.244-7000, 252.247-7023, 52.243-1, 52.246-2, 52.246-16 (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.204-7 System for Award Management 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation 52.233-3 Protest After Award 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated By Reference 252.204-0001 Line Item Specific: Single Funding 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002); 52.016-4407 TYPE OF CONTRACT (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006); 52.011-4401ALT RECEIVING ROOM REQUIREMENT - APG ALTERNATE I (JAN 2003) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 29 August 2014, by 11:59 PM ET, at the Army Contracting Command - Aberdeen Proving Ground, Adelphi Contracting Division. Please submit proposals via email to Ms. Crystal Demby at crystal.l.demby.civ@mail.mil. quote mark NO TELEPHONE REQUEST WILL BE HONORED. quote mark
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ebb5093e0675f03aa20ed7244d8b8fd7)
 
Place of Performance
Address: US Army Contracting Command - APG Aberdeen Proving Ground APG MD
Zip Code: 21005-5069
 
Record
SN03492590-W 20140904/140903000254-ebb5093e0675f03aa20ed7244d8b8fd7 (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.