Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2017 FBO #5557
SOLICITATION NOTICE

66 -- Temperature Humidity Test Chamber - Statement of Work

Notice Date
2/7/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-T-0036
 
Archive Date
3/23/2017
 
Point of Contact
Lesha N Jones, Phone: 4438614746, Gregory J Jamison, Phone: 4438614742
 
E-Mail Address
lesha.n.jones.civ@mail.mil, gregory.j.jamison.civ@mail.mil
(lesha.n.jones.civ@mail.mil, gregory.j.jamison.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work 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) 2005-87 (7 March 2016). The solicitation number for this requirement is W91ZLK-17-T-0036. This requirement has been deemed unrestricted under the associated North American Industry Classification System (NAICS) Code 334516, Analytical Laboratory Instrument Manufacturing. The Government contemplates the award of a Firm-Fixed-Price (FFP) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. Contractor shall provide a price for the chamber based on the requirement of the attached Statement of Work (SOW). Refer to the Statement of Work (SOW) for contract requirement details. Temperature Humidity Chamber Purchase: The vendor shall deliver the required chamber listed below as specified. In order to be considered for award, the vendor shall provide a quote for the chamber with the minimum specifications listed below. Vendors shall provide a quote of the chamber that fall somewhere within the acceptable range of criteria as stated below. Minimum Specifications Interior Dimensions: 48" (1220 mm) wide x 48" (1220 mm) deep x 48" (1220 mm) high, clear usable workspace Exterior Dimensions: 56" (1420 mm) wide x 76 1/2" (1943 mm) deep x 99 1/8" (2518mm) high Shipping Weight: Approximately 2500 pounds (1150 Kg) Electrical Service: 208 volt, 3 phase, 60 hertz; 100 amp minimum service Short Circuit Current Rating (SCCR): 5kA Refrigeration System: 12 horsepower, Two 6 hp compressor, in cascade, "OZONE FRIENDLY" refrigerants 507 and 508b, water cooled condenser. (Air cooled option available) Condenser water requirement: 7 GPM (27 liters per minute) @ 75°F (24°C) (inlet water temperature, 30 psig (206 kPa) minimum differential required 12 GPM (46 liters per minute) @ 85°F (30°C) inlet water temperature, 40 psig (275 kPa) minimum differential required Heating System: 6 kW Humidity Water: 1 - 2 gallons per hour (3.8 - 7.5 liters per hour), tap water, 30 psig maximum Humidity Heater: 2 kW PERFORMANCE SPECIFICATIONS: Temperature Range: -70°C (-94°F) to +180°C (356°F) Control Accuracy: ±1°C (±2°F) dry bulb air temperature control tolerance as measured at the control sensor after stabilization. (Stabilization occurs when the temperature of the chamber wall liner changes less than 2°C (4°F) per hour.) Temperature Transitions:1 23°C (73°F) to -40°C (-40°F) in 15 minutes 23°C (73°F) to -54°C (-65°F) in 22 minutes 23°C (73°F) to -65°C (-85°F) in 30 minutes 23°C (73°F) to 116°C (240°F) in 20 minutes 23°C (73°F) to 180°C (356°F) in 44 minutes 180°C (356°F) to 23°C (73°F) in 29 minutes Static Load: None - based on an empty chamber Live Load Capacity: -17°C (1°F) 4000 watts -40°C (-40°F) 2500 watts -65°C (-85°F) 1500 watts Humidity Range: 10% RH to 95% RH in the range bounded by an 85°C (185°F) maximum dry bulb temperature and a 4°C (40°F) minimum dew point. Humidity Stability: ±5% RH as measured at the control sensor. The vendor shall be responsible for delivering the required supplies to the following receiving location: Receiving location Address: The U.S Army/ECBC: 5183 Blackhawk Rd (E3612 Beach Point Road) Gunpowder MD 21010 Please see attached Specifications for complete details. 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 shall provide: a. Information in enough detail to show that the Contractor is able to meet the requirements of the Specifications b. Point of contact name and contact information, company CAGE code and DUNS number Partial quotes will not be evaluated by the Government. The Government may reject any proposal that is evaluated to be unrealistic in terms of program requirements, contract terms or conditions, or an unrealistic high or low price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones via email no later than 15:00 p.m. Eastern Time, 21 February 2017, to lesha.n.jones.civ@mail.mil or gregory.j.jamison.civ@mail.mil. Responses to this solicitation must be signed, dated, and received no later than 10:00 a.m. Eastern Time, 8 March 2017. Responses must be sent by email directly to the Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones lesha.n.jones.civ@mail.mil or gregory.j.jamison.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE HONORED. 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. Primary Point of Contact.: Lesha Jones, Contract Specialist lesha.n.jones.civ@mail.mil Phone: 4438614746 Contracting Office Address: 6001 COMBAT DR ABER PROV GRD, Maryland 21005-1846 United States Place of Contract Performance: U.S. Army Edgewood Chemical Biological Center (ECBC): 5183 Blackhawk Rd (E3612 Beach Point Road) Gunpowder MD 21010 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 52.203-13, Contractor Code of Business Ethics and Conduct 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 52.217-5, Evaluation of Options FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-17 Nondisplacement of Qualified Workers 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 52.222-40, Notification of Employee Rights under the National Labor Relations Act FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-43, Fair Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) 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 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.239-1, Privacy or Security Safeguards FAR 52.243-1, Changes- Fixed Price, Alternate I 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 252-215-7007, Notice of Intent to Re-solicit 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 252.239-7002, Access DFARS 252.239-7006, Tariff Information DFARS 252.239-7001, Information Assurance Contractor Training and Certification 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 Contracting Officer Gregory Jamison and the Contract Specialist Lesha Jones via email at lesha.n.jones.civ@mail.mil or gregory.j.jamison.civ@mail.mil. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/27b525b1ed38da32b2c9d60ff5a7fae6)
 
Place of Performance
Address: 5183 Blackhawk Rd, (E3612 Beach Point Road), Gunpowder, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04393942-W 20170209/170207235231-27b525b1ed38da32b2c9d60ff5a7fae6 (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.