Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2012 FBO #3928
SOLICITATION NOTICE

16 -- Liquid Nitrogen Generation System

Notice Date
8/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-12-T-0018
 
Response Due
8/29/2012
 
Archive Date
10/28/2012
 
Point of Contact
Pat Hagginbothom, 757-878-2900
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(pat.hagginbothom@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. Aviation Applied Technology Directorate, ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, VA 23604-5577 This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911W6-12-T-0018 and is issued as a Request for Quote (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD) intends to award a firm-fixed-price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The applicable North American Industry Classification Standard (NAICS) code is 334515. The small business size standard is 500 employees. AATD intends to purchase, on a sole-source basis under the authority of FAR clause 13.106-1(b), an integrated liquid nitrogen (LN2) generation system to be utilized in support of its aircraft IR measurement system. In order to facilitate the generation of LN2 required for the extensive suite of radiometric measurement equipment, the Government has identified and established minimum system operational characteristics, capabilities, and specifications necessary to accomplish its mission requirements. Any proposed liquid nitrogen generation system shall comply with, but not limited to, the following capability / specification requirements: LN2 Generator System a.LN2 Generation Rate - 4.5 liters per day minimum b.LN2 purity-98 % pure dry LN2 c.LN2 Storage capability - 20 liters minimum Compatible 20 liter minimum dewar to be supplied with system d.Duty Cycle-Continuous, auto transfer e.Operating Environment-60 F to 85 F f.Relative Humidity-80% RH or lower g.Supply Power-115VAC, 60 Hz, 8 Amp total draw h.Dimensions-LN2 Generator - not to exceed 16"w x 36" l x 40" h Compressed (if required) - not to exceed 18"w x 18" l x 16" h i.Weight-LN2 Generator - not to exceed 100 pounds Compressed (if required) - not to exceed 60 pounds j.AcousticsNoise Output: < 55 dBA at 1 meter k. Plumbing/controlsAll required system hoses, fasteners, controls for auto transfer system operation The intended source for this system is MMR Technologies, Inc., 1400 N. Shoreline Blvd, Suite A5, Mountain View, CA 94043. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda and is incorporated by reference. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Also, in accordance with the clause, all prospective offerors must be actively registered in System for Award Management (SAM) prior to award. Clauses incorporated by reference include: FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; and DFARS 252.246-7000, Material Inspection and Receiving Report. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest after Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The following clauses cited within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III; and 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the clauses or provisions may be accessed electronically at the following link: http://farsite.hill.af.mil. MMR Technologies, Inc is the intended source for this commercial item; however, interested firms may identify their interest and capability to respond to the requirement and submit a quote. All responsible sources that submit an offer will be considered. Proposals are due on August 29, 2012, 4:00 PM EDT and shall be submitted to the Aviation Applied Technology Directorate, Attn: CCAM-RDT (Pat Hagginbothom), 401 Lee Blvd., Fort Eustis VA 23604-5577 by email (patricia.a.hagginbothom.civ@mail.mil) or regular mail. Contracting Officer P.O.C. is Elizabeth A. Jackson, 757-878-2100 or elizabeth.a.jackson.civ@mail.mil. All inquiries regarding this procurement must be made in writing to: Aviation Applied Technology Directorate, Attn: CCAM-RDT (Pat Hagginbothom), 401 Lee Blvd., Fort Eustis VA 23604-5577 or via email to patricia.a.hagginbothom.civ@mail.mil. Place of Performance: Address: Aviation Applied Technology Directorate ATTN: CCAM-RDT, Building 401 Lee Boulevard, Fort Eustis, Virginia, 23604-5577
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/167b4ff125a2992048b91463cfc29e60)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02854071-W 20120826/120824235720-167b4ff125a2992048b91463cfc29e60 (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.