Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 13, 2000 PSA #2746
SOLICITATIONS

66 -- TEMPERATURE/HUMIDITY CHAMBER

Notice Date
December 11, 2000
Contracting Office
Commander, U. S. Army Aviation & Missile Command, Acquisition Center, Buiding 5303, Redstone Arsenal, AL 35898-5280
ZIP Code
35898-5280
Solicitation Number
W81UJF-0313-03AA
Response Due
January 17, 2001
Point of Contact
(PCF)Marjorie C. Lee, Contract Specialist, AMSAM-AC-SS-BA, (256)876-8374;Kathy B. Ray, Contracting Officer, (256)876-4225
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Full and Open Competition. NAIIC CODE: 333415. Size standard: 750 employees. E-mail: margie.lee@redstone.army.mil. This is subject to the availability of FY 2001 funds. The solicitation is issued as a request for quotations for one each temperature/humidity chamber. Offers must be valid for 90 days. SPECIFICATIONS are for Temperature/Humidity Chamber: 4' x 4' x 4'1.0. F.O.B. Destination. 2.0 EQUIPMENT PERFORMANCE REQUIREMENTS:2.1 The equipment shall be able to conform to test specifications stated within: ASTM D4332 Conditioning Containers, Packages, or Packaging components for Testing; TAPPI Test Method T402 Standard conditioning and testing atmospheres for paper, board, pulp handsheets, and related products. Further it shall be able to conduct conditioning extremes for extended periods of time. 2.2 The temperature range of the chamber shall, at a minimum, be from -65 degrees to +175 degrees F. The rate of temperature change shall be from ambient to either extreme in approximately two (2) hours. 2.3 The humidity range of the chamber shall, at a minimum, be from 10 to 95% Relative Humidity in the temperature range of 70 degrees to 160 degrees F. 2.4 The chamber shall have RS 232 interface compatibility.2.5 The chamber shall be supplied programmable, ramping controller-Watlow F4. 2.6 The interior usable space shall be a minimum of 48 inches wide x 48 inches deep x 48 inches high. 2.7 The chamber shall have both a heat limit switch and a low water cutoff with alarm. 2.8 The chamber shall have a stainless steel interior to include both the ceiling and floor. 2.9 The chamber shall be cooled with environmentally compatible refrigerants. The refrigeration system shall be compatible with current environmental regulations and utilize whatever refrigerant is required within the law to obtain the environmental/atmospheric conditions stated above. At a minimum, the system should operate utilizing R404A, R508B, SUVA95, HP62, or R507 HFC as the refrigerant.2.10 The chamber shall have full access front door with a viewing window (12 x 12 inches) and a wiper. 2.11 The chamber shall be supplied with one 4-inch minimum instrumentation port in the side wall. 2.12 The chamber shall be supplied with running time meters for total elapsed and test time. 2.13 The chamber shall have a digital readout with a circular two-pen chart recorder. 2.14 The chamber shall be supplied with interior viewing lights with external controls. 2.15 The chamber shall be supplied with a sound deadening package to keep external noise to a minimum (80 dba or less).2.16 The system shall function with utility requirement of 208 volts, 30phase, 60 hertz.2.17. The chamber shall be equipped with an automatic restart in the event of a power outage or interrupt. 2.18. Manuals -- Two complete standard commercial operator's/owner's and complete parts lists shall be provided along with a detailed preventative maintenance program. 2.19. Warranty -- Price to include a full 1-year warranty on parts and labor after the final acceptance test has been successfully completed. 2.20. Delivery -- The system, complete with manuals, shall be delivered not later than six (6) months after date of award, directly to PSCC LTAD laboratory located in BLDG 2, Bay 5, at the Tobyhanna Army Depot, Tobyhanna, PA. 18406-5097 A 30-day predelivery notice should be provided. The contractor is responsible for delivery of the machine to the designated loading dock. The government will be responsible for unloading the machine and placing it near the required site, and bringing the necessary utilities to within 30 feet of the site. The contractor shall perform final installation by connecting the machine to the utilities, within 30-days of being contacted by the government and being advised that the machine is in place. Final installation shall also include other incidentals required to place the machine in operation and ready for acceptance testing. All installation procedures shall be coordinated with the Contracting Officer or his/her representative. 2.21. Acceptance Test- Acceptance Testing shall take place at Destination, Tobyhanna Army Depot. The contractor's technical representative shall conduct the acceptance test immediately after installation unless previous arrangements have been made. The acceptance test shall be a minimum of a 4-hour demonstration of complete operation of the equipment. 2.22. The contractor shall provide a manufacturer's representative to inspect the unit after it has been installed, and to provide user instruction via product demonstration. Immediately following installation, manufacturer's calibration, and acceptance testing, the contractor's representative shall demonstrate to test engineers/chemists and technicians basic operating instructions. 3.0 TECHNICAL PROPOSAL SUBMISSION 3.1 The contractor shall provide a proven history of satisfactorily manufacturing this type of test equipment by supplying a list of at least three companies that have purchased this type of equipment from them within the past four years. A list of each owner's name, address, and telephone number, name of owner's representative who is currently responsible for managing the operation or maintenance of each system shall also be provided. 3.2 Offerors are required to furnish with their offers, two (2) copies of a detailed technical proposal with sufficient information to show compliance with the requirements of the technical specifications. The offeror shall submit a complete schematic as well as a technical plan which will be used to assure compliance with the technical specifications. 3.3 Offerors shall organize their technical proposals in the same manner in which the Government's specifications are organized. The offeror shall provide an appropriate response to detailed technical description as to how each technical requirement therein shall be satisfied. Each response shall include a positive statement to indicate that the requirement will be met, and references to appropriate technical literature/documentation which substantiates the offeror's reply. Proposal responses such as "NOTED," "CAN or MAY BE PROVIDED," "AGREED," "ACKNOWLEDGED," or "ARE AVAILABLE" shall not be acceptable to the Government. If a reference includes the required technical descriptive detail, such detail need not be restated; however, in this case, responses must indicate a reference to the documentation submitted with the proposal. All responsible sources may submit a quote, which will be considered. Only vendors enrolled in Central Contractors Registration will be considered for award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The offeror shall include a completed copy of FAR 52.212-3 (Reps & Certs)(Oct 2000). The following clauses/provisions are applicable to this acquisition: FAR52.252-1 Sol Inc by Reference (FEB 1998); FAR 52.252-2 CLAUSES INC BY REFERENCE (FEB 1998 with these addresses: http://www.arnet.gov/far, http://farsite.hill/af/,o; and http://www.dtic.mil/dfars. FAR 52.212-1 Instructions to Offerors-Commercial (Oct 2000), FAR 52.212-2, Evaluation-Commercial Items(Jan 1999), where the technical capability of offered item and price shall be used to evaluate the offer. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2000), FAR 52.212-4, Contract Terms and Conditions- Commercial Items, (May 1999) applies to this acquisition, with the following addenda: AMCOM Clause 52.239-4700, Year 2000 Warranty Commercial Supply Items (NOV 1998), AMCOM Clause 52.239-4702, Requirement for Information Technology to be Year 2000 Compliant (NOV 1998),(For text of local clauses see website https://wwwproc.fedstone.army.mil/acquisition. and https://amn2.redstone.army.mil/webdesk. Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.204-7004 Required Central Contractor Registration (Instructions for registration may be obtained on the internet at http://www.ccr2000.com.); and FAR 52.212-5 (Dev) (Apr 99) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items(Mar 2000), applies to this acquisition, the following clauses 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity(E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans(38 U.S.C. 4212); 52.222-36 Affirmative action for Handicapped Workers (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (38 U.S.C. 4212); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332). DFARS provision 252-225-7035, Buy American Act Balance of Payments Program Certificate applies to this acquisition. DFARS clause 252.212-7001, (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (MAR 2000), applies to this acquisition; the following clauses under Paragraph (b) are applicable: 252-225-7001 Buy American Act and Balance of Payment Program (MAR 1998); 252.247-7024 Notification of Transportation of Supplies by Sea (10 U.S.C. 2531). The offers are due by 4:30 Central Standard Time on Jan 17, 2001. Requests for solicitation must be made to Marjorie Lee, contract specialist, facsimile (256) 876-8374. Quotes may be mailed to Commander, U.S. Army Aviation and Missile Command, ATTN AMSAM-AC-SS-BA/Lee, room 3138, BLDG 5303, Redstone Arsenal, AL 35898-5000 or faxed to 256-876-3833
Record
Loren Data Corp. 20001213/66SOL004.HTM (W-346 SN508622)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on December 11, 2000 by Loren Data Corp. -- info@ld.com