Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2022 SAM #7566
SOLICITATION NOTICE

66 -- REQUEST FOR QUOTATION: OptiFZP Freeze Point & PAC OptiFlash, Flash Point Tester

Notice Date
8/16/2022 12:41:01 PM
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE605-22-Q-0668
 
Response Due
8/25/2022 12:00:00 PM
 
Archive Date
09/20/2022
 
Point of Contact
John Stanislaus, Phone: 5713638674, Diana Knight, Phone: 5717679538
 
E-Mail Address
john.stanislaus@dla.mil, Diana.Knight@dla.mil
(john.stanislaus@dla.mil, Diana.Knight@dla.mil)
 
Description
CLIN 0001� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �PRICE: �����������������$___________________ Unit of Issue: EA Quantity:� 0001 Nomenclature: OptiFZP: Freeze Point Unit of Issue: EA Quantity:� 0001 Description: Shall adhere to ASTM D5972 Standard Test Method for Freezing Point of Aviation Fuels (Automatic Phase Transition Method) �� Initial on-site installation/calibration within one month of the equipment arrival and laboratory confirming they are prepared. �� Accessory kit including all items needed to utilize and operator calibrated equipment must be included in the price and shipped with the equipment. �� Electrical requirements:� must meet the voltage requirement of 110/120 volts 50Hz with single phase style electrical plugs. �� All instrument documentation (if provided electronically) must be provided via either email or on a CD/DVD. �� The equipment shall include a one-year warranty. This is a brand name (Reference FAR 52.211-6) MFG: Phase Technology�s 70Xi CLIN 0002 (corresponds to CLIN 0001) PRICE FOR INSTALLATION:� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �$__________________ Nomenclature:� INSTALLATION Description: Shall adhere to ASTM D5972 Standard Test Method for Freezing Point of Aviation Fuels (Automatic Phase Transition Method) �� Initial on-site installation/calibration/hands-on demonstration within one month of the equipment arrival and laboratory confirming they are prepared. CLIN 0003 (corresponds to CLIN 0001) UNIT PRICE FOR SHIPPING: ��������������������������������������� �������������� �$_______________________ Nomenclature:� SHIPPING Request third party priority shipping (FEDEX, USP, DHL, USPS, etc) Shipping address is: FLC Hachinoahe POL Laboratory ATTN: Honda Haruhisa Email: Haruhisa.Honda.JA@fe.navy.mil Phone:� 017-841-1037 Address: 9-10 Uheigawara Kawaragi Hachinohe City, Aomori-ken Japan, 039-1161 CLIN 0004� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ���PRICE: �����������������$________________ Unit of Issue: Quantity:� 0001 Nomenclature:� PAC OptiFlash, Flash Point tester Unit of Issue: EA Quantity:� 0001 Description:� Shall adhere to ASTM D93, Standard Test Methods for Flash Point by yosh �� Initial on-site installation/calibration/hands-on demonstration within one month of the equipment arrival and laboratory confirming they are prepared. �� Accessory kit including all items needed to utilize and calibrate equipment shall be included in the price and shipped with the equipment. �� Electrical shall meet the voltage requirement of 220 volts 50Hz with US Type B electrical plugs. �� All instrument documentation (if provided electronically) must be provided via either email or on a CD/DVD. � �The equipment shall include a one-year warranty. This is a brand name (Reference FAR 52.211-6) MFG: PAC OptiFlash CLIN 0005 (corresponds to CLIN 0004) PRICE FOR INSTALLATION:� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �$__________________ Nomenclature:� INSTALLATION Description: Shall adhere to ASTM D93, Standard Test Methods for Flash Point by yosh �� Initial on-site installation/calibration/hands-on demonstration within one month of the equipment arrival and laboratory confirming they are prepared. CLIN 0006 (corresponds to CLIN 0004) UNIT PRICE FOR SHIPPING: ��������������������������������������� �������������� �������������$__________________ Nomenclature:� SHIPPING Request third party priority shipping (FEDEX, USP, DHL, USPS, etc) Shipping address is: N61755 Bldg. 1700 Marine Corps Drive Piti, Guam 96915 ATTN: Grace Rosier Phone: 671-343-4089/4171 Email: grace.rosier@fe.navy.mil � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � DLA CLAUSES & PROVISIONS Invoicing and payment: Invoicing will be accomplished via the Wide Area Work Flow (WAWF).� Invoicing instructions will be provided at the time of award.� The following provisions and clauses apply to this acquisition: FAR 52.211-6 -- Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as �brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b) To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must� (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by� (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. (End of Provision) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Sep 2021) FAR 52.212-2 -- Evaluation -- Commercial Items (Sep 2021). For this acquisition, the following factors shall be used to evaluate offers: Price and Technical Capability. The instrument shall have the capability to adhere to ASTM D524. Additionally, any item proposed shall be in accordance with 52.211-6. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Feb 2021) FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2018) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2020). In paragraph (b) of 52.212-5, the following clauses apply: FAR 52.219-6, FAR 52.219-28, FAR 52.222-3, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-50, FAR 52.223-18, and FAR 52.232-33.�� The following clauses are also incorporated by reference: DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) DFARS 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019) DFARS 252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (MAY 2016) DFARS 252.223-7006 PROHIBITION ON STORAGE, TREATMENT, AND DISPOSAL OF TOXIC OR HAZARDOUS MATERIALS�BASIC (SEP 2014) DFARS 252.225-7000 BUY AMERICAN�BALANCE OF PAYMENTS PROGRAM CERTIFICATE�BASIC (NOV 2014) DFARS 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM�BASIC (DEC 2017) DFARS 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 2017) DFARS 252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005) DFARS 252.225-7048 EXPORT CONTROLLED ITEMS (JUNE 2013) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991) DFARS 252.244-7000 �SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD CONTRACTS) (JAN 2021)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/89c4d3f52424498d98304d4423e1b4f0/view)
 
Place of Performance
Address: Piti 96915, GUM
Zip Code: 96915
Country: GUM
 
Record
SN06429479-F 20220818/220816230127 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.