Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2019 FBO #6506
SOLICITATION NOTICE

66 -- Mass Flow Controllers (MFC) and Absolute Pressure Controllers - Mass Flow Controllers (MFC) & Absolute Pressure Controllers

Notice Date
9/16/2019
 
Notice Type
Presolicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missiles, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-19-Q-0140
 
Archive Date
10/4/2019
 
Point of Contact
Antoine C. Denson, Phone: (256) 842-2280
 
E-Mail Address
antoine.c.denson.civ@mail.mil
(antoine.c.denson.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; quotes are being requested and a written solicitation will not be issued. Solicitation number W31P4Q-19-Q-0140 is issued as a Request for Quote (RFQ). The Government reserves the right to award without discussions. The solicitation document and incorporated provisions and clauses are in effect through the Federal Acquisition Circular 2005-80. The requirement is not a small business set aside. The associated NAICS code is 334513. The size standard is 750 employees. The U.S. Army Contracting Command, Redstone Arsenal, intends to issue a Firm Fixed Price contract to successful contractor shall have capability of providing twelve (12) commercially available mass flow controllers (MFC) and twelve (12) absolute pressure controllers (APC), to include 24 power adapters. Specifications The vapor sources require the following specifications for Mass Flow Controllers (MFC) and Absolute Pressure Controllers (APC): The MFC shall have a 10 slpm full scale flow rate, and an uncertainty equal to or better than +/- (0.8% reading + 0.2 % full scale). The APC shall have a full scale pressure of 30 psia, with an uncertainty equal to or better than +/- 0.25% full scale. The APC shall operate by being plumbed into the branch of a tee located between the MFC and a flow restriction, and by venting flow from the MFC to achieve the set point pressure upstream of the APC. MFC and APC shared specifications: -The MFC and APC shall have a remote display that can be panel mounted -The remote display shall be less than or equal to 4 inches wide by 5 inches tall -The remote display shall provide full instrument control from the front panel -The remote display shall have a color display The statutory authority allowing for solicitation to a single source for this requirement is 10U.S.C. 2304 (g) (1) (A), as implemented by Federal Acquisition Regulation (FAR) 13.106-1(b)(1) titled - Solicitation requests full and open competition for this requirement. The Government intends to use the policies and procedures of FAR Part 12 in conjunction with those at FAR Part 13 for this effort. The U.S. Army TMDE Activity, Redstone Arsenal, AL (Acceptance DODAAC): W80RA6) shall be responsible for the receiving, inspection and acceptance requirements of DFAS Wide Area Workflow (WAWF) for all units. The requiring activity requests the contract have a period of performance 60 days from the date of contract award. Contractor is authorized to return-ship and invoice individual units in WAWF as completed to decreased turnaround-time for return of the unit to its origin. Earlier return delivery is desired if at no additional cost to the government. Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Provision at 52.212-2, Evaluation - Commercial Items, is applicable. The lowest price technically acceptable is the sole evaluation factor. Non cost factors are of equal importance to price. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Clause at 52.212-5 Contract Terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items, also applies to this acquisition and additional FAR clauses may be cited as needed. Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. Payment shall be made through Wide Area Work Flow (WAWF), in Accordance with DFARS 252.232-7006. DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports and Instructions. Payment method shall be through Wide Area Work Flow. DFARS 252.232-7006 - Wide Area Work Flow Payment Instructions. This a DPAS DO rated order. Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer, which shall be considered by the Agency. Quotes are due no later than September 19, 2019 at 1 o'clock pm Central Standard Time (CST). The Contractor's quote will be evaluated by the Lowest Price Technically Acceptable. Delivery date: 60 after contract award. Earlier delivery is desired if at no additional cost to the Government. Quotes shall be submitted by email only to Fallon L. Burns fallon.l.burns.civ@mail.mil or Antione Denson antoine.c.denson.civ@mail.mil. Other electronic or hard copy submissions are not authorized. Quotes/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Fallon Burns, 256-876-1433, email at fallon.l.burns.civ@mail.mil or Antione Denson (256) 842-2280. Primary Point of Contact: Fallon L. Burns Fallon.l.burns.civ@mail.mil Phone: 256-876-1433
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d19990dc9f90377647f7cf02efc42963)
 
Record
SN05445420-W 20190918/190916231543-d19990dc9f90377647f7cf02efc42963 (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.