Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOLICITATION NOTICE

66 -- Vacuum Stability Tester

Notice Date
8/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1TBAP1124A001
 
Archive Date
9/2/2011
 
Point of Contact
Lesa A. White, Phone: 8508820339
 
E-Mail Address
lesa.white@eglin.af.mil
(lesa.white@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Armament Center/Operational Contracting Division (AAC/PKOB), Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a Vacuum Stability Tester. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This solicitation is issued as a Request for Quotation (RFQ) and constitutes the only solicitation. The announcement number is F1TBAP1124A001. The quote will be evaluated on a lowest price technically acceptable basis. The North American Industry Classification System (NAICS) code for this acquisition is 334516 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. This acquisition is full and open to competition. CLIN 0001 1 EA Vacuum Stability Tester CLIN 0002 2 EA Aluminum Heating Block CLIN 0003 21 EA Piezorezistive Pressure Transducer CLIN 0004 1 EA Pressure Sensor for Ambient Conditions CLIN 0005 24 EA Glass Test Tube with an Evacuation Port CLIN 0006 1 EA Calibrated Digital Thermometer CLIN 0007 1 EA Software Winstab 3.0 Eng for Windows 7 CLIN 0008 1 EA Data Acquisition and Evaluation Unit CLIN 0009 1 EA Rotary Vane Vacuum Pump CLIN 0010 1 EA Vacuometer Requirement: One Vacuum Stability Tester (NATO STANAG 4556 Edition 1, procedure 2A) as described below. This solicitation if for a "turnkey" Vacuum Stability Test instrument designed to meet NATO STANAG 4556 Edition 1, procedure 2, without using hazardous materials. The instrument shall NOT utilize mercury. The instrument shall be designed and pre-calibrated meeting STANAG 4556, edition 1, procedure 2A. The system shall include an emergency stop capability. The system shall be equipped with a user selectable automatic over-pressure shut off device. The instrument shall be capable of analyzing a minimum of 10 samples simultaneously from a single instrument. The instrument shall be designed and built for the analysis of explosive and energetic materials. Sub components shall be serialized and matched to indicate calibrations. The system shall include a means of data logging, continuous data acquisition, analysis and archiving. The system shall have communication with a PC for either direct control or for download of the data logged time record. The data logging component shall have a non volatile memory capability to ensure data is saved in case of power failure. System shall include a vacuum manifold assembly and shall be capable of evacuating all samples simultaneously. A vacuum manifold that includes a capability to back purge with helium gas is highly preferred. An instrument that includes a logical restart function is preferred (provided the temperature, pressure and other key variables are inside the parameters necessary to analyze the data). The data output should be in MS Excel file format. Quotation should include the following: Main system shall include; All interface cables, amplifiers, consumable kit and associated components to make the instrument a turnkey system. Instrument manual, operating instructions and software. Minimum 1 year full warranty including replacement parts, labor and travel. FOB Freight Console/Data Collection component shall Detect, acquire and record pressure, temperature and time record from heated block. Measure and record the ambient room temperature and barometric pressure, both at the start and end of test. Sampling rate of at least 1 per minute. Interface with temperature Controller for direct feedback. Interface with pressure transducer for direct feedback. Provide real time display of current status. Connect with a PC for direct control or download of data. Electrically heated block with a minimum of 2 Resistance Thermal Detectors. Heated block Shall be insulated to minimize thermal gradients. Shall maintain a constant user selectable temperature between ambient and at least 160 degrees C. for a user selectable time duration of not less than 48 hours. Shall be capable of measuring a minimum of 10 samples simultaneously. Digital temperature controller Shall be capable of controlling temperature to within ±0.2 degrees C. Shall have a user selectable temperature range between ambient and at least 160 degrees C. Pressure transducers Shall be capable of minimum pressure range from 0 to 100 kPa within ±0.25%. Ambient barometric pressure minimum transducer range from 80-120 kPa within ±0.25%. Shall be capable of measuring gas evolved/ volume variations of ±0.02 cm3. Sample test tubes Shall have a minimum free volume capacity of 25 cm3± 2 cm3. Shall be capable of being evacuated with minimal vacuum of 0.3 kPa. Shall include vacuum manifold for all available sample locations. Shall be pre-calibrated to STANAG 4556, edition 1, procedure 2A. Calibration using procedure 2B is NOT desirable. Vacuum Shall have the capacity to pump down the entire system to a steady state pressure within 30 minutes at a vacuum (less than 6.7 mbar) meeting STANAG 4556 Edition 1, procedure 2. Shall be a 2 stage rotary vane type mechanical pump. Shall be equipped with Anti-suckback valve and vent device. Shall be equipped with a molecular sieve trap to filter flow of oil into the system. A system that includes an automatic leak check indication is highly preferred. Units should be listed in; Temperature = degrees Celsius Pressure = kiloPascal (Torr is an acceptable alternative) Time = Minutes, Seconds Weight = milligrams Volume = milliliters Quote must provide detailed specifications for the system quoted, (factoring typical laboratory environmental conditions and operational limitations for a typical sample). Quote shall include installation requirements (instrument dimensions, clearances, power requirements, safety/engineering controls). Quote shall include one complete set of pre calibrated spare glass tubes. Quote shall include a list of routine maintenance, interval and cost of consumable parts. Quote shall include a description of the type of interface between the controller and PC. Quote should describe the systems capability and limitations to expand the sample capacity, sample tube volume size and purge gas capabilities. The following clauses and provisions apply to this combined synopsis/solicitation: FAR 52.202-1, Definitions FAR 52.204-7, Central Contractor Registration FAR 52.204-8, Annual Representations and Certifications FAR 52.207-4, Economic Purchase Quantity - Supplies FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-1, Buy American Act - Supplies FAR 52.225-2, Buy American Act Certificate FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central contractor Registration FAR 52.233-1, Disputes FAR 52.233-3, Protest After Award FAR 52.244-6, Subcontracts for Commercial Items FAR 52.247-34, F.O.B. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference - https://farsite.hill.af.mil/ FAR 52.252-2, Clauses Incorporated by Reference - https://farsite.hill.af.mil/ DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Programs DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.204-7004, Alternate A, Central Contractor Registration DFARS 252.204-7007, Alternate A, Annual Representations and Certifications DFARS 252.204-7008, Export-Controlled Items DFARS 252.211-7003, Item Identification and Valuation DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.232-7010, Levies on Contract Payments DFARS 252.247-7023, Alternate III, Transportation of Supplies by Sea AFFARS 5352.201-9101, Ombudsman To view the clauses and provisions in full text, visit the web site http://farsite.hill.af.mil. Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 18 August 2011. The quote is at the discretion of the offeror. Send all packages via email to Lesa White at lesa.white@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1TBAP1124A001/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, 32578, United States
Zip Code: 32578
 
Record
SN02522951-W 20110806/110805000025-f900d35c9d612b80a9858a3786aae38c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.