Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2011 FBO #3630
SOLICITATION NOTICE

66 -- Flow Calibration System

Notice Date
10/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0019
 
Archive Date
12/10/2011
 
Point of Contact
Daniel W. Enders, Phone: 9375224566
 
E-Mail Address
Daniel.Enders@wpafb.af.mil
(Daniel.Enders@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-12-T-0019 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This acquisition is a Small Business Set Aside. The associated North American Industry Classification System (NAICS) code is 334516. Size standard is 500 employees. CLIN 0001: Flow Calibration System Minimum Requirements: The Flow Calibration System performs a primary measurement of volumetric flow., automatically converting its volumetric flow measurements to the flow that would exist under standard temperature and pressure conditions. For the calibration of instruments that read in mass flow in the ENY Combustion Facility. The Flow Calibration System measures flow from 5 LPM (Liters Per Minute) to 500 LPM within an accuracy of ±0.25% of reading standardized, using a temperature sensor and pressure transducer within the gas flow stream. The Flow Calibration System shall easily calibrate volumetric instruments also shall have an RS-232 port, serial cable, and software to enable you to download its calibration data to a PC. The Flow Calibration System needs to have at minimum the following characteristics: 1. The system measures flow from 5 LPM (Liters Per Minute) to 500 LPM within an accuracy of ±0.25% of reading standardized, using a temperature sensor and pressure transducer within the gas flow stream. 2. Flow measurements shall be taken manually (one reading at a time), or automatically in the continuous mode, with up to at least100 measurements in an averaging sequence 3. The system shall have a LCD display screen on the front panel, and a convenient touch pad control to enable access to various menu options and many user-definable settings. 4. The system shall include an RS-232 port, serial cable, and software to enable you to download its calibration data to a PC. 5. The system shall have at a minimum a LCD display screen touch pad control for access to various menu options and many user-definable settings. 6. The system shall have an operating temperature of 15 to 35°C 7. The system shall have an operation pressure of 10 to 19.5 psia 8. The system shall have an operating air pressure for 80-100 PSI 9. The system shall have 1.5˝ inlet and outlet fittings Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2004), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (Jan 2004). Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations may be in any format but must include requirements found in Instructions to Offerors (FAR 52.212-1), including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 30 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB destination. Delivery location is Wright-Patterson Air Force Base, Ohio. Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the Minimum Specifications. Quotation shall provide a point-by-point comparison to each item listed in the minimum specifications. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors 52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements noted in the Minimum Specifications included in this Request for Quotation.] 52.212-3, Contractor Representations and Certifications; 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance; 52.252-1, Solicitation Provisions Incorporated by Reference The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items Including: 52.222-3 -- Convict Labor; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-26 -- Equal Opportunity; 52.222-36 -- Affirmative Action for Workers With Disabilities; 52.223-18 -- Contractor Policy to ban Text Messaging While Driving; 52.225-13 -- Restrictions on Certain Foreign Purchases; 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration; 52.252-2 Clauses Incorporated by Reference The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7001Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101 Ombudsman(APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Howard E. Marks., Jr., ASC/AQ, 1755 11th St, Bldg 570, Room 101, Wright-Patterson Air Force Base, OH 45433-7404, Tel 937-255-8642, e-mail: howard.marks@wpafb.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Quotations AND completed representations and certifications are due by 4:00 p.m. (EST), 10 November 2011, to: Daniel Enders, ASC/PKOBB Fax is 937-656-1412 (ATTN: Daniel Enders). E-mail is: Daniel.Enders@wpafb.af.mil. Questions should be directed to Daniel Enders at Daniel.Enders@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0019/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02615534-W 20111102/111031234434-ca15921838025c30daccc2e834c4c8ea (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.