SOLICITATION NOTICE
84 -- Next Generation Canine Operational Equipment
- Notice Date
- 6/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 812910
— Pet Care (except Veterinary) Services
- Contracting Office
- RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB-07-T-0125
- Response Due
- 6/14/2007
- Archive Date
- 8/13/2007
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This is a request for quote for commercial items prepared under the authority of FAR 13.5, Test Program for Certain Commercial Items and in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Th e NAICS code for this action is 812910. The combined synopsis/solicitation number is W91CRB-07-T-0125. Requirement is for ruggedized Portable Cooled and Heated Canine Kennels total of ten (10). Contractor is to provide ten (10) ruggedized Portable Coo led and Heated Canine Kennels with these minimum specifications: * Integrated heating and cooling capabilities * Portable, weight threshold of 150 lbs, and a objective weight of 100 lbs, weather and corrosion resistant * Ability to handle multiple power inputs (12vDC, 24vDC, 110vAC, 220vAC, 50 or 60 Hz) * Minimal thermal removal rate of 130W * Compatible with the BA5590 or BA590 * Ability to operate in extreme temperature environments (10 F to 130 F) (At an ambient of 46-deg C the kennel shall pull up to 200-w of cooling to maintain the surface at 15-deg C below ambient. At an ambient of -10-deg C the kennel shall supply up to 450 -w of heating to maintain the surface at 20-deg C above ambient.) * Minimal battery operation of 3 hours from 12-v, 98-AHr gel sealed battery * Ability to tune to .1 degree C * Factory set with non-volatile memory retention of settings * Ability to easily field adjust selectable parameters through a standard RS232 communications port * Data acquisition capabilities with ability to access system performance parameters for maintenance and troubleshooting diagnosis e.g. system power draw * Easy clean out and virtual maintenance free operation requiring only simple filter servicing * 200w of cooling capacity in a 46 degree C ambient environment cooling 15 degree C below ambient * 450w of heating capacity in a -10 degree C ambient environment heating 20 degree C above ambient * Kennel dimensions of no more than 24W x 30H x 34L * Kennel must have ability to have a minumum of two doors (one door at front and one on the side) at no cost difference. Doors must also be fitted with padlock provisions. Doors must seal in order to retain heat/cooling and reduce noise. * System will be powder coated MILITARY color of TAN * Kennel will withstand 300lbs of weight on top of system without degrading structural integrity of the box. * A HMMVV compatible power cable no less then 6feet long will be included to support power requirements. * Top of box will be covered by a non-slip tape to facilitate standing upon. * Carrying handles will secure in place to reduce noise. * Air filters will be readily accessible to facilitate exchange. * Contractor will provide a one time New Equipment Training (NET) at each of the user locations, Fort Benning, Fort Bragg, and Fort Carson. * Weight of heating/cooling system not to increase kennel weight by more than 5 lbs Offeror will submit a price quote for proposed kennels. Offeror should be capable of delivering all ten (ten) kennels in less than 6 months from date of award. Kennels shall be delivered to Ft. Bragg, 3 each, Ft. Carson, 5 each, and Ft. Benning, 2 each f or the total of 10 kennels. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2 Evaluation Commercial Items applies to this acquisition. The following factors shall be used to evaluate offers, (i) Technical capabi lity of the item offered to meet the Governments requirements, (ii) past performance, and (iii) cost. Offerors shall provide descriptive literature to enable an evaluation of th e offerors product against the requirements. Include a minimum of three past performances that are like or similar to this requirement. Vendor must include points of contact, telephone numbers and e-mail addresses. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Condition s Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: 52.219-14, Limitations on Subcontracting; (15) 52.222-19, Child LaborCooperation with Authori ties and Remedies (16) 52.222-21 Prohibition of Segregated Facilities (17) 52.222-26 Equal Opportunity; (18) 52.222-35, Equal Opportunity For Disabled Veterans and Veterans of the Vietnam Era, (19) 52.222-36, Affirmative Action For Workers with Disabilitie s, (20) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, (25) 52.225-13, Restriction on Certain Foreign Purchases (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); (34) 52,239 -1, Privacy or Security Safeguards. A completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, must be provided with offers. The clause at DFARS 252.225-7012 and 252.212-7001 applies to this acqu isition. Additional clauses that apply to this acquisition: 52.246-1, Contractor Inspection Requirements; 52.246-2, Inspection of Supplies-Fixed Price, 52.246-15 Certificate of Conformance (Apr 1984), 52.204-7 Required Central Contractor Registration, 252 .204-7004 Required Central Contractor Registration. The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received by 14 June 2007 (Thursd ay), no later than 12:00 PM EST at the US Army RDECOM Acquisition Center, AMSRD-ACC-CS (J. RENEE HODGE), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. E-mail or fax submissions are acceptable; however, do not send .zip files, as they wil l be automatically deleted by our e-mail server. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online a t www.ccr.gov. Vendors should register at ORCA, Online Representations and certifications applications, at ORCA.BPN.Gov prior to the closing date. For questions concerning this solicitation contact J. RENEE HODGE, Contracting Officer, phone (410) 278-0881 , fax (410)306-3729, or email jacqueline.renee.hodge@us.army.mil.
- Place of Performance
- Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN01311685-W 20070608/070607035141 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |