Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 7,2000 PSA#2637

Naval 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