MODIFICATION
66 -- Solicitation for Ozone Chamber
- Notice Date
- 5/30/2024 9:28:16 AM
- Notice Type
- Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DCSO-COLUMBUS-DIVISION-2 COLUMBUS OH 43218 USA
- ZIP Code
- 43218
- Solicitation Number
- SP470624Q0016
- Response Due
- 6/14/2024 9:00:00 AM
- Archive Date
- 06/29/2024
- Point of Contact
- Adam Steele, Phone: 6147536000
- E-Mail Address
-
Adam.Steele@dla.mil
(Adam.Steele@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This solicitation is for Ozone Chamber required by the DLA Product Test Center in Columbus, Ohio. The acquisition has been identified as a total small business set aside. Please see the attached SF1449 for NAICs code and business size standards. Please review the SF1449 in full for specifics regarding this acquisition. Quotes are to be emailed to Adam.Steele@dla.mil. The technical specifications needed for the equipment are listed below for convience. Technical Specifications Ozone Chamber DLA Product Test Center, VTP I. The contractor shall provide all labor, materials, tools, transportation, supplies, supervision, etc. (except as noted), necessary to provide all components for an EIA-364-14 compliant Ozone Chamber to the Defense Supply Center Columbus (DSCC), Columbus, Ohio. The salient characteristics of the EIA-364-14 compliant Ozone Chamber are as listed below: A. EIA-364-14B compliant Ozone Chamber with support equipment and with the following salient characteristics: Shall be new, not refurbished. Shall be supplied with Operating manual. Shall be powered by standard US 120V, 15A AC power outlet. Shall be compliant to perform testing described in accordance with EIA-364-14B. Shall be constructed of stainless steel. Shall have plexiglass window for easy viewing. Shall have an ozone exposure range of 0-1000 ppm. Shall have a chamber test volume of 5 ft3. Shall include integrated air dryer. Shall have means to control temperature from ambient to 70 �C �5 �C. Shall have means to remove exhaust air, containing ozone, and vent it through ductless self-contained filtered vented system. Shall provide adequate internal circulation with velocity of at least 2 ft/sec. Shall not use silent arc discharge. Shall provide ozone measuring devices capable of measuring the concentration within a tolerance of �3%. Shall have on-board data logging with ability to transfer data to standard external source such as USB flash drive or SD card. Shall be mounted on wheeled cart. Optional extended warranty and multi-year service contract must be offered. Shall have: NIST Traceable Calibration Certificate and ISO 17025 accredited calibration certificate with data and uncertainties Shall at a minimum have: Included Accessories: All necessary electrical cables, communication cables, and hoses to install and operate machine. B. Required Upgrades and Accessories - Brand Name or Equal: Windows 11 PC with all necessary peripherals, hardware, ports or on-board controller, with software and permanent license to reliably control ozone chamber. 8 hours of on-site training and setup. C. Place of Performance The instrument shall be delivered to: Defense Supply Center Columbus 300 North James Road, Bldg 17-3 Mark for: DLA Product Test Center, Bldg 11-7 (TE Lab) Attn: Eric Kelly (eric.kelly@dla.mil / 614-692-9862) Columbus, Ohio 43213 D. Travel (if applicable) N/A E. Invoicing Payment of invoices will be accomplished by payment through the Defense Finance and Accounting Service. Invoices will be submitted to the Wide Area Workflow (WAWF) system in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports and DFARS 252.232-7006 Wide Area Workflow Payment Instructions within 10 workdays after the conclusion of each training session. F. WAWF Acceptance DODAAC# TA Lab is SL0700. G. Other Requirements: Delivery: 30 days from date of the award. Contractor shall give notification to Eric Kelly (eric.kelly@dla.mil /614-692-9862) when the instrument is ready to be delivered. All shipping costs are to be included in the contracted price. The instrument shall be delivered to: Defense Supply Center Columbus 300 North James Road, Bldg 17-3Mark for: DLA Product Test Center, Bldg 11-7 (TE Lab) Attn: Eric Kelly (eric.kelly@dla.mil / 614-692-9862) Columbus, Ohio 43213 Invoices shall be submitted through Wide Area Workflow (WAWF), See DFARS Clause 252.232-7006 Wide Area Workflow Payment Instructions for detailed instructions on how to submit invoices. H. Points of Contact The Government Contract Officer: Adam Steele, Adam.Steele@dla.mil, 614-753-6000 The Government Contract Officer Representative (COR): Kyle Palmer Kyle.palmer@dla.mil (614) 692-8860 DLA Land & Maritime Product Test Center, 3990 E. Broad St., Columbus OH, Bldg. 11, Section 7 Larry Baas (614) 692-9893 The Government Technical Representative Name: Larry Baas Phone #: (614) 692-9893 Email: larry.baas@dla.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5e56340d6a9140e2a3451d1b62074034/view)
- Place of Performance
- Address: Columbus, OH 43213, USA
- Zip Code: 43213
- Country: USA
- Zip Code: 43213
- Record
- SN07080651-F 20240601/240530230053 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |