|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,2000 PSA#2637Naval Oceanographic Office, Contracting Division CODE N41, Stennis
Space Center, MS 39522-5001 66 -- STANDARD PLATINUM RESISTANCE THEREMOMETERS (SPRT) SOL
N62306-00-Q-C040 DUE 080300 POC Suzanne Keel, (228) 689-8368 or Mona
Fletcher (228) 689-8369 WEB: CLICK HERE, ERROR --. E-MAIL: CLICK HERE
TO CONTACT CONTRACTING OFFICE, keels@navo.navy.mil. (i) This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6 and 13.5, as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation; quotation/proposals are being
requested and a written Request For Quotation will not be issued. This
procurement shall be awarded under Simplified Acquisition Procedures
(SAP). (ii) The Request For Quotation number applicable is
N62306-00-Q-C040 and solicitation is issued as a Request for Quotation
(RFQ) (iii) The RFQ incorporates provisions and clauses in effect
through Federal Acquisition Circular 97-18 and Defense Acquisition
Circular 91-13 (iv) This RFQ is standard industrial classification code
3812 and small business size standard 500. (v)Description: Standard
Platinum Resistance Thermometers (SPRT) General Requirements: This
procurement is for subsequent five (5) year contract of a base period
of twelve months with four additional twelve month option periods. The
initial quantity will be for the purchase of fourteen (14) Standard
Platinum Resistance Thermometers. An indefinite-delivery,
indefinite-quantity (IDIQ) firm fixed price type purchase order
contract is anticipated to result from this solicitation to the
responsible offeror who’s quotation, conforming to this
synopsis/solicitation, is considered to be in the best interest of the
Government, price and other factors considered. . (vi) The total
estimated quantity for the five-year period is thirty-four (34) each.
The primary use of these thermometers to be used as primary temperature
standards to calibrate oceanographic sensors in salinity calibration
baths at temperatures between (–) 10 and (+) 50 degrees
centigrade. The instruments will also be used in other applications at
temperatures ranging from –200 to 650 degrees centigrade. Note:
Excessive handling and bath water contamination are a daily occurrence
when calibrating instruments exposed to the sea, and measurement
stability is also concern. (vii) Salient
Characteristics/Specifications/General Requirements: (a) The platinum
temperature sensor shall be protected by an Inconel metal sheath to
provide maximum protection for the platinum thermometer sensing
assembly. The platinum sensor shall be encapsulated with a platinum
protective sheath to prevent contamination of the platinum sensor from
the thermometers metal Inconel sheath. (b) The SPRT probes shall be
calibrated to ITPS-68 Standard. (c) The Calibration Report shall
provide IPTS-68 coefficients. (d) As a minimum, the SPRT probes shall
be marked with the manufacturer, manufacturer, serial number,
calibration date, and calibration due date. (e) Each SPRT and cable
assembly shall be transported in a re-useable maple, or equivalent
transportation carrying case. (f) The Temperature Range shall be
between –200 and +660 degrees centigrade. (g) The Nominal
Resistance at 0.01 degrees centigrade shall be 25.5 ohms, +/- 0.5ohms.
(h) The Protective Inconel™ tube shall be less then .25 inches
in diameter and 20 inches in length. (j) The Resistance Ratio, W
(302.9146K) shall be greater than or equal to 1.11807, and the
Resistance Ratio, W (234.3156K) shall be less then or equal to ≤
0.844235. (k) The Sensitivity shall be better then or equal to 0.1 ohm
per degree centigrade. The typical Drift Rate shall be between 2 and 3
mK per year. (l) The maximum Drift Rate shall be less then 10 mK per
year. (m) The Repeatability shall be less then 1mK. (n) The Lead Wires
shall be 30 feet in length, and shall consist of five (5) lead wires,
four (4) sensor wires plus one (1) ground wire.(o) The Pressure Range
shall be between 0 and 2000 PSIA or better. (p) Calibration shall be
Fixed-Point over a range of -- 10 to +50 degrees centigrade. (q) The
Calibration Uncertainty shall be less then 1mK over calibration range
of –10 C to +50 C. Quotations are to be FOB Destination Stennis
Space Center, MS. (viii)) The contractor agrees to comply with the
following FAR clauses and law or executive orders applicable to
acquisition of commercial items, which are incorporated into said
quotation by reference, in FAR 52.252-2, Clause Incorporated by
Reference. In accordance with FAR 52.252-1 and FAR 52.252-2, the
following provisions and clauses are incorporated by reference: The
provision at 52.212-1, Instructions to Offerors -- Commercial items,
(ix) The provision at 52.212-2, Evaluation -- Commercial Items. The
specific evaluation criteria under paragraph (a) of FAR 52.212-2 are:
(1) price, (2) technical capability of the item offered to meet
NAVOCEANO needs, and (3) past performance. Technical and past
performance combined is considered more important when compared to
price. Technical Capability to meet specifications (vendors shall
provide indication of understanding and ability to meet the
specifications, including catalog cut, product brochures, documentation
inclusive of all information on the SPRT quoted (offerors shall submit
a quotation addressing all required specifications and shall provide
descriptive literature and price list); (B) Past Performance (vendors
shall provide evidence of having produced and sold identical and/or
comparable item successfully during the past 5 years with indication of
performance success, including names of 3 company references, with
contact person, phone number, facsimile number and e-mail address for
each); and (C) Price. **** Vendors shall address all requirements in
this combined synopsis/solicitation, and shall provide clear evidence
of understanding and the ability and willingness to comply with the
Government's specifications of need. Quoters are to included Failure to
address a specification/requirement will be construed by the Government
as inability to meet the need, or the vendor's taking exception to it.
**** Selection will be made in accordance with Federal Acquisition
Regulation (FAR) Part 13, Simplified Acquisition Procedures, Subpart
13.106-2, Evaluation of Quotations or Offers. (x) Quoters are to
include a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items, with their
quotation (xi) Clause at 52.212-4, Contract Terms and Conditions --
Commercial Items, applies to this acquisition and a statement regarding
any addenda to the clause. (xii) Clause at 52.212-5, Contract Terms and
Conditions Required To Implement Statutes Or Executive Orders --
Commercial Items, applies to this acquisition including the following
FAR clauses cited under 52.212-5: The following checked clauses in (b)
apply: (1) 52.203-6 Restrictions on Subcontractor Sales to the
Government, with Alternate I. 52.219-8, Utilization of Small Business
Concerns. 52.219-14 Limitations on Subcontracting. 52.222-21
Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity;
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans; 52.222-36, Affirmative Action for Handicapped Workers;
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era. 52.232-18, Availability of Funds. 52.232.33 Payment
by Electronic Funds -- Central Contractor Registration. DFARS
252.204-7004, Required Central Contract Registration, contractors may
register via the Internet at http://ccr2000.com. DFARS 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items
applies to this acquisition including the following DFAR clauses cited
under 252.212-7001: 252.225-7001 Buy American Act and Balance of
Payment Program; 252.247-7024 Notification of Transportation of
Supplies by Sea are applicable to the acquisition. (xiii) Quoters are
to furnish a copy of the Commercial Warranty terms and conditions
applicable to the item quoted consistent with customary commercial
practices and provide applicable cage code, dunns number and tax
identification number. (xiv) The Defense Priorities and Allocations
System (DPAS) DO-A70 is applicable. (xv) A statement regarding any
applicable Commerce Business Daily numbered notes. (xvi) Quotations are
due 03 August 2000 at 1400. Questions regarding this acquisition must
be submitted, IN WRITING, no later than one week before the proposal
due date. SUBMIT A COMPLETE PACKAGE electronically to the e-mail
address shown herein or BY MAIL or FAX TO: to the Naval Oceanographic
Office, Code N412, Contracting Division, Attn Suzanne Keel(xvii) POC
phone (228) 689=8368, fax (228) 689-8392 or e-mail keels@navo.navy.mil.
Potential Quoters will be responsible for downloading their own copy of
this combined synopsis/solicitation and amendments (if any) from the
CBD, as well as, the blank SF1449, and Representations and
Certifications from the EPS. Quoters are encouraged to submit their
quotes utilizing the SF1449, Solicitation/Contract/Order For Commercial
Items. Electronic submissions are preferred. EMAILADD:
keels@navo.navy.mil EMAILDESC: <A
HREF="mailto:keels@navo.navy.mil">CLICK HERE TO CONTACT CONTRACTING
OFFICE VIA E-MAIL</A> CITE: (W-136 SN454873) Posted 07/05/00
(W-SN471493). (0187) Loren Data Corp. http://www.ld.com (SYN# 0119 20000707\66-0006.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|