Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

66 -- PID Meter

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 176TH WING/LGC, KULIS ANG BASE, 5005 RASPBERRY ROAD, BLDG 23, ANCHORAGE, Alaska, 99502-1998
 
ZIP Code
99502-1998
 
Solicitation Number
W91ZRU-15-T-0037
 
Archive Date
9/30/2015
 
Point of Contact
176 MSG Contracting, Phone: 9075510246
 
E-Mail Address
176msg.msc-missionsupportcontracting@us.af.mil
(176msg.msc-missionsupportcontracting@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Brand Name or Equal commercial items prepared in accordance with the format prescribed in 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. Award will be based on best value to the government. If quoting "or equal" items, please include all salient physical, functional and performance characteristics. This requirement is a 100% small business set-aside, NAICS 334519. Please provide CAGE code/DUNS number as well as Tax Identification Number (TIN). Forward all questions to 176 MSG/MSC - Mission Support Contracting at 176msg.msc-missionsupportcontracting@us.af.mil. 0001 - (4) EA- MFR: Rae Systems; PN: MAB3-A2C1E00-020; MultiRAE Lite PGM-6208 or equal Must meet the following requirements: - Class 1, Division 1, Groups A, B, C, D environments - A 10.6 eV ultraviolet lamp shall be used. Volatile organic compounds (VOC) shall be measured in PPM in a 1PPM resolution (T.O. 1-1-3 Para. 2.6.3.2.). - Have internal data logging capability for at least 5 sensors continuously - Be able to do automatic user/ operator bump tests and sensor calibrations with docking station - Have the ability to do wireless monitoring - Audible alarm of at least 94dB - 0 -120 degrees Fahrenheit operating temperature range - Under 8" tall and 4" wide - Minimum 12 hour battery life (with pump running) 0002- (1) EA- MFR: Rae Systems; PN: T02-0107-000; AutoRAE 2 Controller or equal 0003- (4) EA- MFR: Rae Systems; PN: T02-0103-000; AutoRAE 2 Cradle for MultiRAE Pumped or equal Must meet the following requirements: - Able to piggy back cradles to reduce clutter - Automatic bump testing and calibrations - 32-120 degree Fahrenheit operating temperature - Minimum of 2 configurable gas inlets and 1 fresh air inlet 0004 - (1) EA- Shipping to Anchorage AK 99506 ***Indicate estimated shipping after date of contract*** Please include shipping directly to Anchorage AK 99506. Firms that believe that they can provide similar required items must provide supporting evidence to the Contracting Officer. This announcement constitutes the only written notice. Basis for award will be the best value to the Government. In accordance with FAR 52.212-2, the Government will award a contract/purchase order 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 following evaluation factors shall be used to evaluate offers: Technical (item specifications) and Price. The following provisions are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-3 Alt I Offeror Representations and Certificates-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions-Commercial Required to Implement Statutes of Executive Orders-Commercial Items. To be eligible for contract award, all contractors must be registered with the System for Award management (SAM) found at https://www.sam.gov/portal/public/SAM/. Payments for the resulting contract will be made through Wide Area Work Flow (WAWF). Contractors can register for WAWF at https://wawf.eb.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA51-1/W91ZRU-15-T-0037/listing.html)
 
Place of Performance
Address: Bldg 16456 Airlifter Dr, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03890780-W 20150919/150917235348-ee1e1694d36bd3da28efc405e8e42116 (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.