SOLICITATION NOTICE
66 -- Accelerated Weathering Abrader System - RFQ
- Notice Date
- 8/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE CERL, Champaign, 2902 Farber Drive, P O BOX 9005, CHAMPAIGN, Illinois, 61826-9005, United States
- ZIP Code
- 61826-9005
- Solicitation Number
- W9132T18Q0004
- Archive Date
- 9/4/2018
- Point of Contact
- Kim D Roberson, Phone: 2173733478
- E-Mail Address
-
kim.d.roberson@usace.army.mil
(kim.d.roberson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Proposal (RFQ) This combined synopsis/solicitation for commercial items is prepared in accordance with the format at 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. The solicitation number W9132T18Q0004 is being issued as a request for quotation (RFQ). The associated North American Industry Classification System (NAICS) code is 334513, which has a size standard of 750 employees. The U.S. Army Engineer Research and Development Center (ERDC), Construction Engineering Research Laboratory (CERL) has a requirement to procure one (1) Taber Abraser (Abrader) System. The award will be made to the lowest price technically acceptable (LPTA), responsible quote. To be technically acceptable, the product quoted shall be BRAND NAME OR EQUAL to the Taber Rotary Abraser 5135 System. Applicable salient characteristics are as follows: CLIN 0001 - Taber Abraser (Abrader) System: see FAR clause 52.211-6 (Brand Name or Equal); firm fixed price. Technical: The following are salient characteristics required to determine technical acceptability: a) Two (2) sliding platform for multiple specimens that move in a horizontal, reciprocating motion b) Adjustable Stroke Length (6mm to 155mm) c) Variable Stroke speed (3 - 75 cycles per minute) d) Test load 91N - 24N with optional weight disks e) Variable height adjustment (130mm maximum) f) Counterweight balanced g) Programmable up to 999,999 cycles h) 115V/60Hz power supply i) One (1) additional test arm assembly (1 for each arm) for each sliding platform j) Calibration traceable to NIST, ACS or equivalent k) One (1) testing arm included l) One (1) spherical ball attachment The following factors shall be used to evaluate offers: (1) ability to meet the required Brand Name or Equal specifications, and (2) price. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government reserves the right to award to other than the lowest price if an offer is found technically acceptable and the proposed performance delivery schedule is more favorable than that of other offers. Delivery shall be FOB Destination. The delivery date shall be no later than 28 September 2018. Please reference the attached written RFQ for all applicable provisions and clauses. ADDITIONAL DOCUMENTS NEEDED WITH QUOTE: If offering a product other than the Brand Name specified herein, vendors are required to provide descriptive literature in sufficient detail to determine if the items quoted are technically acceptable; technical acceptability will be based on the items quoted meeting or exceeding the salient characteristics delineated. Please provide responses to this notice, no later than 20 August 2018, at 12:00 pm, Central Standard Time (CST) to: Kim.D.Roberson@usace.army.mil Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. This system combines data that was formerly contained in the Central Contractors Registration (CCR), Online Representation and Certifications (ORCA), and the Excluded Parties List System (EPLS). For more information, review the SAM website at https://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/330/W9132T18Q0004/listing.html)
- Place of Performance
- Address: ERDC-CERL, 2902 Newmark Drive, Champaign, Illinois, 61822, United States
- Zip Code: 61822
- Zip Code: 61822
- Record
- SN05033336-W 20180815/180813230931-568f0c672d9e9972221337781f604f06 (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 |