Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
SOLICITATION NOTICE

91 -- The Government requires one (1) engine oil and coolant conditioning system according to the Salient Characteristics listed below in section vi.

Notice Date
5/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-15-T-0093
 
Response Due
5/28/2015
 
Archive Date
7/18/2015
 
Point of Contact
Nathlie M Hicks, 301-394-3985
 
E-Mail Address
ACC-APG - Adelphi
(nathlie.m.hicks.civ@mail.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. (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-15-T-0093. This acquisition is issued as an request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80. (iv) The associated NAICS code is 811310. The small business size standard is $7.5M. (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 - Oil and coolant conditioning equipment according to the salient characteristics listed below in section vi. The cost of this CLIN includes shipping. (vi) Description of requirements: The Government requires oil and coolant equipment according to the Salient Characteristics listed below: Salient Characteristics The Government requires one (1) engine oil and coolant conditioning system delivered to Aberdeen Proving Ground, Maryland no later than six (6) months after contract award. The required engine oil and coolant conditioning system shall meet all of the following requirements: 1. The system shall consist of close-loop engine oil temperature control with local and remote setpoint (4-20 mili Ampere (mA) signals) set from 100-248 degF, 2. The system shall consist of close-loop engine coolant temperature control with local and remote setpoint (4-20 mA signals) set from 100-230 degF 3. Oil (up to 5.5 barg (gauge pressure in bar)) and coolant pressure (3-6 barg) controls 4. Vertical design with maximum dimension (width by height by depth) of 2.50 feet by 7.50 feet by 4 feet. 5. Three (3) phase, 480 Volts Alternating Current (VAC), 15 Ampere power supply 6. One (1) paper copy of operation instructions and part lists 7. One (1) operation instruction manual and parts list in DVD format 8. The system shall consist of heat exchangers, heaters, balancing tanks with safety valves, filters, circulation pump with switch box/safety valve, control valves, pressure reducing valve, flow sensor, and pressure switches in a design that allows for independent control of the lube oil and coolant circuits for single-cylinder research engines with the displacement volumes of 0.4 to 2 liters. 9. Engine oil pan shall be used as an external lube oil tank for the system 10. Proportional Integral Differential (PID) controllers to control oil and coolant temperatures. 11. All components are mounted on a single common frame with four (4) lockable casters including switch box, pumps, heat exchangers, and heaters. 12. The system is assembled and mounted as a standalone unit with rust-proof coating and painting. (vii) Delivery is required by no later than 30 October 2015. Delivery shall be made to Aberdeen Proving Ground (APG), Maryland (MD). Acceptance shall be performed at the Army Research Laboratory (ARL), APG, MD. The FOB point is at ARL, APG, MD. (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 - Supplies(Tradeoff) 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 first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: The equipment shall have independent control of the lube oil and coolant circuits for single-cylinder research engines with the displacement volumes of 0.4 to 2 liters. Integrated Proportional Integral Differential (PID) controllers to control oil (100-248 degF) and coolant (100-230 degF) temperatures at an accuracy of +/- 1 degF. All components shall be mounted on a single common frame with four (4) lockable casters including switch box, pumps, heat exchangers, and heaters. The unit shall control oil pressures up to 5.5 barg and coolant pressure between 3 and 6 barg with the accuracy of less than +/- 1% for each controller. Power requirement: 480VAC three (3) phase 15 Ampere. The equipment should completely assembled and mounted standalone unit with rust-proof coating and painting. Delivery within 6 months. 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 or exceeds 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 3 records of sales from the previous 24 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: 52.204-10, 52.209-6, 52.209-10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.225-25, 52.232-33, 52.232-36, 52.252-2, 252.203-7000, 252.203-7005,, 252.204-7011, 252.204-7012, 252.204-7015, 252.223-7008, 252.225-7000, 252.225-7001, 252.211-7003, 252.232-7003, 252.232-7010, 252.247-7023 (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 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); 52.011-4401 RECEIVING ROOM REQUIREMENT - ALC (SEPT 1999) APG-ADL-G.5152.232-4423 PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) (SEP 2010) APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509 (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 28 May 2015 by 5:00 PM EST by email to BOTH nathlie.m.hicks.civ@mail.mil AND jennifer.m.mun.ctr@mail.mil. Please note: IT IS IMPERATIVE TO INCLUDE BOTH EMAIL ADDRESSES IN OFFER EMAIL. (xvii) For information regarding this solicitation, please contact Nathlie Hicks, (301) 394-3985, nathlie.m.hicks.civ@mail.mil. Please note: NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/152665be5fa6b0b5ee1db691f3075dea)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: AMSRD-ACC, Aberdeen Proving Ground - 434 Mulberry Point Aberdeen Proving MD
Zip Code: 21005-5001
 
Record
SN03735834-W 20150521/150519235149-152665be5fa6b0b5ee1db691f3075dea (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.