Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1996 PSA#1600

Commander, U.S. Army Missile Command, Acquisition Center, Redstone Arsenal, AL 35898-5280

66 -- ELECTRONIC MICRO BALANCE SOL DAAH01-96-T-0884 DUE 060396 POC Contact Julie Middlebrooks, AMSMI-AC-CFFB, 205/876-4152, Contract Specialist, Shirley Hill, 205/842-7436, Contracting Officer. (PCF). Synopsis No. 0215-96. (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number DAAH01-96-T-0884 is hereby issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-38. (iv) This acquisition is Unrestricted. (v) Description of requirements for the items to be acquired: One (1) each 6 Gram Electronic Micro Balance with the following characteristics: APSL Specifications for 6 Gram Electronic Micro Balance 1.0 Scope: This purchase description describes an Electronic Micro Balance. This item will be used for weighing mass standards in the U.S. Army primary standards laboratory. 2.0 Components: Listed in this purchase description are Army requirements which are to be satisfied. Bids offering an item which meets the requirements set forth in this purchase description are acceptable. 3.0 Required Components: One 6 Gram Electronic Micro Balance. 3.1 Weighing Capacity: 6 Grams. The balance shall have the capability of weighing any load within its capacity range of 0 to 6 Grams. 3.2. Taring Range: The balance shall have the capability to zero (TARE ouy by subtraction) 0 to 5 Grams as a minimum. 3.3. Resolution: The balance shall have a readability of 0.1 Micro-Gram (1.0 X 10-7 Grams). 3.4. Repeatability: No greater than 0.25 Mirco-Gram for weights under 2 Grams. No greater than 0.4 Micro-Gram for weights 2 to 5 Grams. The repeatability is associated with any single measurement of a mass standard, and is determined by taking the standard deviation of 10 measurements using the balance. 3.5. Weighing Ranges: 0 to 6 Grams. 3.6. Sensitivity Drift: No greater than +/- 1.5 PPM/Degree Centigrade. 3.7. Configuration: 3.7.1. Readout: The balance shall have a digital readout with a liquid crystal display of 0.5 inch minimum height. 3.7.2. Interface: The balance shall have a RS232C Interface. 3.7.3. Calibration Weights: built-in, 2 Gram and 2.5. Gram. 5 Gram External Calibration. 4.0. Acceptance Testing: The balance will be inspected and accepted by the Government within 15 working days after contractor has delivered unit to Building 5435, Redstone Arsenal, AL. The balance will be checked with Test Equipment and Parameters equal to or better than those required to assure specified performance requirements are met. Tests will be performed to assure the balance meets the requirements of paragraphs 3.1 through 3.7 of this purchase description. Repeatability tests will be accomplished by determining the standard deviation of 10 consecutive double substitution measurements at specified ranges. Test equipment used has first echelon certification directly traceable to National Institute of Standards and Technology (NIST), where required. Such testing does not relieve the contractor of performing all inspections and quality control checks at the point of fabrication, as is necessary to assure performance as specified herein. Documentation: 1 each; User Manual. (vi) All items shall be delivered within sixty (60) days after contract award. Deliveries shall be F.O.B. Destination, to: Redstone Arsenal Support Activity, Installation Supply Activity Account, Bldg: 8022, Redstone Arsenal, AL 35898-5330. Inspection/Acceptance shall be at source. (vii) The FAR provisions at 52.212-1, instructions to Offerors-Commercial Items is applicable. (viii) FAR 52.212-2, Evaluation - Commercial Items is applicable. (ix) The offeror shall include a completed copy of the FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items. (x) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, is applicalble. The government intends to award a contract resulting from this solicitation to the responsible, responsive, technically acceptable, and lowest priced offeror whose offer conforms to the solicitation and will be most advantageous to the Government. (xi) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is applicable. (xii) Offers are due 3 June 1996, 2:00 P.M. local time. The proposal must be signed by an official authorized to bind your organization. You must submit two (2) copies to: U.S. Army Missile Command, AMSMI-AC-CFFB/Ms. Julie Middlebrooks, Redstone Arsenal, AL 35898-5280, Solicitation DAAH02-96-T-0884. Offers may be submitted on letterhead stationary and, at a minimum, must show: (1) the solicitation number, (2) the time specified in the solicitation for the receipt of offers, (3) the name, address, and telephone number of the offeror, (4) a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary, (5) terms of any express warranty, (6) price and discount terms, (7) ''remit to'' address, if different from the mailing address, (8) a completed copy of the representations and certifications, (9) if the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Information regarding this solicitation can be obtained from Ms. Julie Middlebrooks, (205) 876-4152. (0141)

Loren Data Corp. http://www.ld.com (SYN# 0291 19960521\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page