|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1998 PSA#2037Defense Special Weapons Agency, 6801 Telegraph Road, Alexandria, VA
22310-3398 65 -- HEARING AIDS EQUIPMENT SOL DSWA01-98-Q-0023 DUE 030598 POC Neil
Gross, Negotiator, (703) 325-7658, Scott G. Morton, Contracting
Officer, (703) 325-1200 This is a combined synopsis/solicitation for
commercial items 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; proposals are being
requested and a written solicitation will not be issued. Solicitation
number is DSWA01-98-Q-0023 and is issued as a request for quote. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-02. The Standard
Industrial Code (SIC) for this effort is 3842. The provisions at
52.212-1, Instruction to Offerors-Commercial, 52.215-34, Evaluation of
Offers for Multiple Awards, and any addenda, applies to this
acquisition. Provision 52.212-2, Evaluation-Commercial Items, is hereby
incorporated with the following factors to be included in paragraph
(a): Low responsive, responsible offeror. Offerors must include a
completed copy of the provisions at 52.213-3, Offeror Representations
and Certifications-Commercial Items, with the offer. The clause
52.212-4, Contract Terms and Conditions, and any addenda, apply to this
acquisition. The clause 52.215-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items,
applies to this acquisition. This acquisition is rated DX under the
Defense Priorities and Allocations Systems. The following equipment
shall be purchased as a BRAND NAME OR EQUAL acquisition. The pricing
should address the contract line item numbers as follows: 0001 MANUAL
COMPONENT PLACER AND REWORK STATION: Specifications, DR
Tresky-T-4907-180 Manual Component Placer and Rework Station with
Integrated Solder Dispenser: 180X180X40mm Range, Automatic Vacuum
Switching, Microprocessor Control, Universal PCB Holder, Unlimited
Rotation, Microscope Stereozoom, 220V, 50Hz (REQUIRED: SERVICE,
TRAINING) (Quantity 1), 0002 MANUAL COMPONENT PLACER AND REWORK STATION
w/o DISPENSER: Specifications, DR Tresky-T-4907-180P Manual Component
Placer and Rework Station w/o Dispenser: Same as the t-4907-180 w/o the
Dispenser (REQUIRED: SERVICE, TRAINING) (Quantity 1), 0003
MICROMANIPULATOR: Specifications, DR Tresky-E40.0030 Micromanipulator:
1:4 Ratio (Quantity 1), 0004 UNIVERSAL SUBSTRATE HOLDER:
Specifications, DR Tresky-E40.0138 Universal Substrate Holder: 4x4
(Quantity 1), 0005 VACUUM PUMP: Specifications, DR Tresky-E12.0504
Vacuum Pump: 1.4cmh, 80% (Quantity 1), 0006 ALLROUNDER: Specifications,
ARBURG-Allrounder 221-175-350, 350-75 Semi-Automatic Casting Unit for
Screw-Type Injection Molding: 350kN Clamping Pressure, 221mm Horizontal
Clear Span Between Columns, 20mm Screw Diameter with a 31cm^3 Stroke
Injection Volume and 2400bar Injection Press (REQUIRED: INSTALLATION,
TRAINING) (Quantity 2), 0007 REAL TIME HEARING AID TEST SYSTEM:
Specifications, Frye Fonix 6500-CX Real Time Hearing Aid Test System:
Multiple Option Package with ANSI S3.22-1982, IEC 118-7, and OES
Compliance: 100Hz-8kHz Frequency with 1% Accuracy, 50-100dB Sine Mode
with 1dB Accuracy, 0-150dB SPL Amplitude Range with 0.1dB Resolution
(REQUIRED: TRAINING) (Quantity 2), 0008 REAL TIME HEARING AID TEST
SYSTEM: Specifications, Frye Fonix 6500-CX Real Time Hearing Aid Test
System: Multiple Option Package with IEC 118-7 Compliance and Quik
Probe II Ear Measurement Option for measurement of canals, 220V, 50Hz
(REQUIRED: SERVICE, TRAINING) (Quantity 1) 0009 REAL TIME HEARING AID
TEST SYSTEM: Specifications, Frye Fonix 6500-CX Real Time Hearing Aid
Test System: Multiple Option Package with ANSI, IEC, OES Compliance,
RS232 Interface Option, Uses 25 Pin Female D Subminiature Connector for
Connecting to Terminal Equipment, 220V, 50Hz (REQUIRED: SERVICE,
TRAINING) (Quantity 1) 0010 LOW NOISE ELECTRET MICROPHONE:
Specifications, Frye M1550E-Low Noise Electret Microphone: Used with
the Fonix 6500 Systems for Testing, 149dB Maximum SPL, Pressure Type,
220/240V, 50/60Hz (Quantity 1) 0011 PRINTING TAPE ROLLS:
Specifications, Frye 026-0009-00 Printing Tape Rolls: Used with the
Fonix 6500 Systems for Testing (Quantity 100) 0012 SOUND LEVEL
CALIBRATOR: Specifications, Frye 030-0003-01 Quest CA-12 Sound Level
Calibrator: Used to Calibrate the Microphone Amplifier, 1kHz, 110dB
SPL, 220V, 50Hz (Quantity 1) 0013 METER CALIBRATION SYSTEM:
Specifications, Wavetek Model 9000 Meter Calibration System: 0-1050VDC
with 1microV Resolution, 0-1050VAC with 1microV Resolution, 0-20A DC
and AC with 1nanoA Resolution, 0-400mohm Resistance with 100microOhm
Resolution, 500pF-40mF Capacitance with 0.01pF Resolution, 0.5
(REQUIRED: SERVICE, TRAINING) (Quantity 1) 0014 FREQUENCY COUNTER:
Specifications, Wavetek 2030 Multimeter: 4 Digit, Autoranging, True
RMS, Frequency Counter, Capacitance, 0.1% Accuracy (REQUIRED: SERVICE,
TRAINING) (Quantity 1) 0015 SERVICE MULTIMETER: Specifications,
Wavetek SXL Service Multimeter: 3.5 Digit, 0.8% Accuracy (Quantity 4)
0016 VACUUM CASTING SYSTEM: Specifications, HEK MCP Prototype Vacuum
Casting System: Vacuum Casting Machine C001 with Starter Material Set,
Output 25 400mm Samples within 8-16hrs, Maximum Mold Size of
400x400x320mm, 1lb Maximum Mold Material Capacity, 25cubic meter/hr
Pump Capacity, 220V, 50Hz, Hot (REQUIRED: SERVICE, INSTALLATION,
TRAINING) (Quantity 1) 0017 MOLD MAKING SYSTEM: Specifications, HEK MCP
Cool-Spray Mold Making System: MCP-TAFA 8830 Spray Gun, MCP-TAFA Air
Compressor System, Starter Material Set, Produces Pressforms Compatible
with ARBURG type Equipment, 220V, 50Hz (REQUIRED: SERVICE,
INSTALLATION, TRAINING) (Quantity 1) 0018 MILLING MACHINE:
Specifications, Roland PNC-300 Bench-Type Milling Machine with SAMM-3
Series Programmable Control System for 3 Axis Prototyping: Working
Travel X-120mm, Y-100mm, Z-120mm, 0.01mm Resolution, Centronics RS-232C
Interface, Compatible with I-DEAS CAD, 3k-8krpm Spindle Cycles
(REQUIRED: SERVICE, INSTALLATION, TRAINING) (Quantity: 1). NLT 10 Days
After Contract award (DAC) provide two (2) each hardcopy and two (2)
each electronic copies on 3.5 inch floppy diskettes in either Microsoft
Excel Version 5.0 format or ASCII of a complete Master Inventory List
(see format below), inclusive of all training, documentation, component
parts, spares, and consumables for all deliverables, for each and every
shipment the supplier shall initiate under the provisions of this
contract to the CTR Transportation and Logistics Support Project
Manager, DSWA/PMRL, Alexandria, VA. The Master Inventory List shall
consist of valued Item Number, Noun Name Description, Export Commodity
Control Number (ECCN), Quantity of each item packed, Value of each
item packed, Extended Value of the Line Item and the total value of
each separate shipment. Thirty days prior to availability for shipping,
the documentation shall include three sets of pictures for major pieces
of equipment and all accountable property (such as computers,
electronic, and other pilferable items). Pictures shall be labeled with
reference to the inventory list. This list shall also be provided for
review by the cognizant DCMAO. Delivery of each separate shipment by
the supplier shall not be accepted by the Government until the
government representative verifies that all items checked on the Master
Inventory List are included in the shipment as delivered. In the event
the Contractor experiences problems, the Contractor shall identify the
problem and recommend solutions to the DSWA Program Manager and
Contracting Officer for final review and resolution. Each item of
equipment, container, and pallet shall have packing lists attached to
both the inside and outside of the container, or on a placard attached
to each piece of non-containerized equipment, and shall be marked on
the exterior with the following information: Each item of equipment,
container, and pallet shall have packing lists attached to both the
inside and outside of the container, or on a placard attached to each
piece of non-containerized equipment, and shall be marked on the
exterior with the following information: Packing List Number (e.g., box
1 of 10, 2 of 10, etc.), Contract or Purchase Order Number,
Contractor's Name and Address, Name and Address of the Shipping Point,
Gross Weight and Cube, Special Marking and Labeling (e.g., lift here,
this end up, fragile, CG, etc.), FOR NUNN-LUGAR DEFENSE CONVERSION.
OTHER INFORMATION: 1. One (1) copy of specifications shall be provided
of each contract line item at time of bid submission. 2. One (1) copy
of instruction, operation, and/or maintenance manuals in Russian or
English shall be sent with each piece of equipment. In addition, two
(2) copies of manuals shall be delivered to DSWA within 14 days of
contract award. At least one (1) of the sets delivered to DSWA must be
in English. 3. Unless otherwise noted, electrical devices shall be
configured to operate on standard European/Russian power of 220V and
50Hz. 4. A minimum one (1) year equipment warranty shall be provided.
5. This award shall be made based on the price of the aforementioned
Contract Line Items. However, where required, the bidders shall propose
and cost: one (1) year of on-site service, installation and set up of
equipment, and on-site training for Russian personnel at a location in
Fryazino, Russia. 6. After delivery, all equipment shall be inspected
by the CTR program manager for continental U.S. cargo, the cognizant
DCMAO for European cargo, and a representative of DSWA for Russian
cargo. Product acceptance will be evidenced on material inspection and
receiving reports (DD Form 250). The contractor shall prepare the DD
Form 250s for final signature as per DFARS, Appendix F. 7. All cargo
shall be transported via the Defense Transportation System (DTS). Use
of conveyance other than the DTS will not allow for proper
documentation of the cargo and jeopardizes the CTR program compliance
with the Implementing Agreements and DSWA Special Export License
through the Bureau of Export Administration and U.S. State Department.
In order to ensure timely transportation, the Contractor should
contact the DSWA (PMRL) Transportation Manager at (703)
325-7119/facsimile (703) 325-7522 within 5 working days following
contract award. A long lead time is required to coordinate export
licensing and transportation planning. 8. Equipment shall be delivered
to either of the three shipping points based on the location to the
awardee: UNITED STATES: Excel Transportation Services, Executive Drive,
Suite 119, Sterling, VA 20166, POC: Joe Schork, PH: (703) 351-7918;
EUROPE: ECR Gordijn Logistics, Drutenstraat 7, CC Rotterdam, Havenrr
2225, PH: 31-10-49-40-571, Fax: 31-10-49-52-698; RUSSIA: ISTOK Audio
International, Fryazino, Moscow Region, Russia, POC: Ivan Klimachev,
PH: 095-465-8668, Fax: 095-465-8858. 9. Offers are due 1600 EST 5 March
1998 ATTN: Mr. Neil O. Gross/AMB. 10. In case it may later be found
necessary for the Contracting Officer to issue an amendment, offerors
must provide written Address information to the Contract Negotiator,
Neil Gross at FAX (703) 325-9295. The address information must be
provided before the RFQ closing date, specifically, within four (4)
days of CBD publication date. Information on DSWA solicitations,
already released, can be obtained by calling the DSWA Hotline at (703)
325-1173. Acquisition Management has added "Procurement Opportunities"
to the DSWA Home Page available on the World Wide Web. Information will
include this synopsis and more. Please check us out at www.dswa.mil.
Reference Synopsis No. 98-50 (0050) Loren Data Corp. http://www.ld.com (SYN# 0323 19980223\65-0008.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|