Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
SOLICITATION NOTICE

66 -- Flash Analyzer & EM-500 Environmental Module

Notice Date
7/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
PR-22216A
 
Archive Date
7/28/2015
 
Point of Contact
Jerry D. Varnell, Phone: 7036327500
 
E-Mail Address
jerry.varnell@ic.fbi.gov
(jerry.varnell@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. Interested parties are responsible for monitoring this site to ensure they have the most up to date information about this acquisition. No partial quotes will be considered. No partial awards will be made. The Request for Quote number is PR-0022216A. The NAICS Code for this requirement is 334516, Analytical Laboratory Instrument Manufacturing; the size standard is 500 employees. The resultant contract will be a firm-fixed price contract. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-82. This requirement will be awarded on an all or none basis as a commercial item, fixed price purchase order under the procedures at FAR Parts 12 and 13. This RFQ is for Brand Name or Equal in accordance with FAR Provision 52.211-6 (Aug 1999). Substitute brands may be provided if they perform the same function. If an equal item is proposed specs must be included with the quote to show that it is an equal item. Quotation shall provide a point-by-point comparison to each item listed in the technical requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. All bidders that fail to comply with these instructions will be considered not responsive and not considered for award. In accordance with the explosives characterization research and testing efforts, the FBI requires the ability to directly and accurately measure the thermal diffusivity of an explosive formulation. To properly measure this essential parameter a flash analyzer is required. This will be a delayed shipment. The installment of these instruments is to be determined. The FBI will provide a delivery address by 09/30/2015. The FBI requires the following items, Brand Name or Equal, to the following: Line 0001, DXF-500 Flash Analyzer and EM-500 Environmental Module, TA Instruments, 2, EA. Technical Requirements: • System must measure the thermal diffusivity and specific heat capacity of a material; • System must use optical methods for non-contact measurement of the sample; • System must use a xenon pulsed light delivery source; • System must use all reflective optics for light delivery for most efficient operation; • System light source must have a long lifetime and minimum replacement and maintenance cost; • System light source must have a pulse width of 400-600µs; • System light source must have a variable pulse energy up to 15 J; • System must be able to operate equally well with opaque, translucent, and transparent materials with little sample preparation; • System must measure a thermal diffusivity range of 0.01-1000 mm²/s; o Thermal diffusivity precision must be within ±2%; o Thermal Diffusivity accuracy must be within ±2%; • System must measure a thermal conductivity range of 0.10-2000 W/(mK); o Thermal conductivity precision must be within ±4%; o Thermal conductivity accuracy must be within ±5%; • System must measure heat capacity with a precision within ±3% and accuracy within ±4%; • System must have a temperature range of RT to 500°C; • System must operate in air, vacuum, or inert gas environments; • System must allow a sample size up to 25.4mm in diameter and at least 6mm in thickness; • System must accommodate liquid, powder, and paste samples; • System must have the ability to accommodate up to 4 samples for automated, unattended testing; • System source and detector must be a completely bench-top design; • Vendor must provide on-site setup and developmental support; • System must come with operational and user definable software. FOB Destination: **The FBI will provide a delivery address by 09/30/2015** The contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Governments rights with regard to the other terms and conditions of this contract. The warranty period shall begin upon final acceptance of all items provided to the government by the Contractor. FAR Clauses and Provisions applicable to this acquisition can be obtained from the website, http://www.acqnet.gov. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); 52.212-2, Evaluation - Commercial Items (Jan 1999) - The following factors shall be used to evaluate offers: Low Price Technically Acceptable. 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011) (Please note: all offerors and prospective contractors must be registered with the Online Representations and Certifications Applications (ORCA) website at www.sam.gov or must provide a completed copy of 52.212-3 with their quotation); 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011), applicable clauses under 52.212-5 include: (a); (b); (1); (4); (6); (10); (12); (14) (20); (21); (22); (24); (25); (26); (27); (28); (33); (34); (37); (42). Addendum to 52.212-1, Modify (b) Submission of Offers to read as follows: Quotes shall be submitted by email to Mr. Jerry Varnell, Contract Specialist, Jerry.Varnell@ic.fbi.gov ; no later than Monday, July 13, 2015, 08:00 am Eastern Standard Time (EST). Quotes shall be clearly marked PR-0022216A. Offerors are hereby notified that if their quotes are not received by the date, time and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. No questions will be answered over the telephone. All vendors must be registered in SAM, effective July 29, 2012 to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/PR-22216A/listing.html)
 
Place of Performance
Address: 2501 Investigation Parkway, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN03786541-W 20150708/150706234801-e51c84984da27aaa098f6d08c0b9eacf (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.