Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

66 -- Thermocouple Interface Module

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-15-T-0180
 
Response Due
5/20/2015
 
Archive Date
7/6/2015
 
Point of Contact
Masiray Kallay, 443-861-4727
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(masiray.a.kallay.mil@mail.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. 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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-81 (10 April 2015). The solicitation number for this requirement is W91ZLK-15-T-0180. This requirement has been deemed a 100% small business set aside under the associated North American Industry Classification System (NAICS) Code 334513, Instruments and Related Products Manufacturing for Measuring Displaying and Controlling Industrial Process Variables, which has a business size standard of 500 employees. The Government contemplates the award of a Firm-Fixed-Price (FFP) purchase order with delivery within 30 days of award. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13. This requirement is for the purchase and delivery of the following: Universal Thermocouple to CAN bus Interface Modules with Cable Assemblies CLIN 0001: Thermocouple Interface Module. QTY: 15 The thermocouple interface module provides a digital data stream containing temperature readings generated by up to 8 thermocouples. The module will accept up to 8 standard thermocouple inputs, digitize, linearize and output via CAN bus to a data logger. Each of the 8 channels of the module will be programmable to accept either a J, K, N, R, S or T type thermocouple on each channel input. Required technical specifications: 1.Maximum number of inputs: 8 2.Input Type: T-Type, K-Type, J-Type, R-Type, N-Type thermocouple 3.Cold junction compensation for each channel 4.Sample rate maximum: 20 Hz per input 5.Full galvanic isolation 6.Each channel has one LED for sensor break detection 7.Output format: CAN 2.0B according to ISO 11898-2 8.Minimum module enclosure is rating is IP67 9.Output and power connectors are water resistant 10.Minimum module operating temperature range: -40 Deg C to +125 Deg C 11.Required input Voltage: 9 to 36 Volts Dc 12.Maximum Power Consumption; 1.5 Watts Cable Assemblies: The Thermocouple Interface Modules will be provided with cables that connect the modules to each other, to external data acquisition systems and to external power source, as follows: CLIN 0002: Cable assemblyQTY: 10 The module interconnect cables will interface to the CAN connector of each module and shall be a minimum of 4 feet in length. CLIN 0003: Cable assemblyQTY: 20 The cable from module to external data acquisition system will have the module CAN connector at one end and a Sub D female 9-pin at the other end. The cable shall be a minimum of 4 feet in length. CLIN 0004: Cable assemblyQTY: 2 The cable from module to external power will have the module CAN connector at one end and a Sub D female 9-pin with three banana jacks the other end. The cable shall be a minimum of 4 feet in length. INSTRUCTIONS AND INFORMATION TO OFFERORS: Supplies will be delivered FOB Destination to Aberdeen Proving Ground, MD 21005. The Contractor shall round any estimated shipping charges into unit prices and shall not charge shipping on a separate line item. The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical evaluation will be a determination based on information furnished by the Contractor. 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. In order to be considered technically acceptable, Contractor responses must provide: a.Detailed information showing that the Contractor is able to meet each of the specifications outlined in the CLIN descriptions above; b.Unit prices for each of the CLINs as broken out above; and c.Point of contact name and contact information, company CAGE code, DUNS number, and TIN. Partial quotes will not be evaluated by the Government. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contract Specialist via email no later than 12:00 p.m. Eastern Time, 14 May 2015, to masiray.a.kallay.mil@mail.mil. Responses to this solicitation must be signed, dated, and received no later than 12:00 p.m. Eastern Time, 20 May 2015. Responses must be sent by email directly to the Contract Specialist, CPT Masiray A. Kallay, at masiray.a.kallay.mil@mail.mil. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I FAR 52.204-7, System for Award Management FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, System for Award Management Maintenance FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1, Instructions to Offerors- Commercial Items FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 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 (Deviation 2013-O0019) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1, Disputes FAR 52.233-2, Service of Protest FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.239-1, Privacy or Security Safeguards FAR 52.243-1, Changes- Fixed Price FAR 52.247-34, FOB- Destination FAR 52.249-8, Default (Fixed-Price Supply and Service) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252-211-7003, Item Identification and Valuation DFARS 252.216-7006, Ordering DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST PROGRAM (AUG 2012) ACC-APG 5152.233-4900 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 General Accounting Office (GAO) 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. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. For questions concerning this solicitation, contact CPT Masiray A. Kallay, Contract Specialist, via email at masiray.a.kallay.mil@mail.mil. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d23dce8eb245fa3a6f078dd6b8274a8e)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03724307-W 20150509/150507235555-d23dce8eb245fa3a6f078dd6b8274a8e (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  © 1994-2020, Loren Data Corp.