Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2024 SAM #8286
SOLICITATION NOTICE

66 -- Battery Expansion Safety Tester

Notice Date
8/2/2024 6:53:04 AM
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DCSO-COLUMBUS-DIVISION-2 COLUMBUS OH 43218 USA
 
ZIP Code
43218
 
Solicitation Number
SP470624Q0043
 
Response Due
8/23/2024 12:00:00 PM
 
Archive Date
09/07/2024
 
Point of Contact
Elizabeth Hanlon, Phone: 6146921655
 
E-Mail Address
Elizabeth.Hanlon@dla.mil
(Elizabeth.Hanlon@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Acquisition has been identified as a sole source requirement Viteck LLC (073M6). This posting is a pre-solicitation notice only. No response is necessary. A formal solicitation will be posted at a later time. See Attachments 1 and 2 for copies of the Statement of Work (SOW) and the Technical Specifications SOW/Technical Specifications: The contractor shall provide all labor, materials, tools, transportation, supplies, supervision, etc. (except as noted), necessary to provide all components for three automated multi-channel AC/DC DWV/IR Test Systems to the Defense Supply Center Columbus (DSCC), Columbus, Ohio. The salient characteristics of the Automated AC/DC DWV/IR Test System are as listed below: A. Three each of Vitrek Corporation, 951i 6KV AC/DCIR/LR Electrical Safety Compliance Analyzer, Brand Name or Equal with the following salient characteristics: 1. Shall be new, not refurbished. 2. Shall be supplied with Operating manual. 3. Shall have; Resolution of at least 0.1V up to 6kV. 4. Shall be capable of measurements for: AC-DWV, DC-DWV, IR, 2-wire and 4-wire resistance (upto 100k?) 5. Shall at a minimum have: Accuracy of at least 0.25% + 0.5V. 6. Shall at a minimum have: Measurement period of 1 power line cycle (50/60Hz). 7. Shall have: Discharge rate of 25mA in solid-state constant current discharge mode. 8. Shall have: NIST Traceable Calibration Certificate and ISO 17025 accredited calibration certificate with data and uncertainties of each unit (ISO-CALN-95X). 9. Shall at a minimum have: Included Accessories: Power cord and HV/Continuity Test Lead set. B. Required Upgrades and Accessories - Brand Name or Equal: 1. Three each of High Voltage Switching System Mainframe (8 card capacity) including: Serial Port, VICL Cable, MCS-964 Mating Connectors, External power source with power cord, Operator�s manual, and Certificate of Compliance. (Vitrek: 964i (Configuration # 1028A) or equivalent) 2. Three each of 7KV Single (+) Input Bus 8 Outputs, White HV Terminals. (Vitrek: HV7-8W or equivalent) 3. Three each of copies Windows version of QTPro-II with permanent software license 4. Thirty two each of TL-HVW cables (4 feet length each) with covered alligator clip and banana plug terminations C. Place of Performance The instrument shall be delivered to: �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# 1. TA Lab is SL0700. G. Other Requirements: 1. Delivery: 30 days from date of the award. 2. Contractor shall give notification to Eric Kelly (eric.kelly@dla.mil /614-692-9862) when the instrument is ready to be delivered. 3. All shipping costs are to be included in the contracted price. 4. 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 5. 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: Elizabeth Hanlon Elizabeth.hanlon@dla.mil 614-692-1655 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 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/6eca9cd97eb94d86bb962f725b300e75/view)
 
Place of Performance
Address: Columbus, OH 43213, USA
Zip Code: 43213
Country: USA
 
Record
SN07155067-F 20240804/240802230122 (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 |
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.