Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1998 PSA#2111

Arnold Engineering Development Center, Attn: AEDC PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332

66 -- 16T HIGH-PRESSURE TRANSDUCERS SOL F40650-98-Q-0017 DUE 061898 POC Kathy P. Swanson, Contract Specialist, (931) 454-4409 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; quotes are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) F40650-98-Q-0017 incorporates provisions and clauses in effect through Federal Acquisition Circular 90-46 and Defense Acquisition Circular 91-11. The Standard Industrial Classification Code for this procurement is 3829 with a small business size standard of 500 employees. CLIN 0001: Twelve (12) each, Digital Pressure Transducer to meet the following specifications: (1) Full scale accuracy, 0.01% FS; (2) Pressure Range: 0 to 3,000 psia; (3) Dynamic Temperature Compensation; (4) 0 to 10 vdc analog output; (5) Digital Zero and Span Adjustments; (6) Calibration Stability: Zero: 0.01% FS for 180 days; Span: 0.01% FS for 180 days; (7) NIST Traceable Calibration; (8) Communications Interface: RS-232; (9) Software Driver Included: LabView; and (10) Power: 120 VAC 60 Hz AC power supply included. Mensor Model No. 4040 (with AC power and reference pressure port options) or Equal. Bidding on: Manufacturer _____________; Brand Name ______________; Model No.: ____________________________. CLIN 0002: Twelve (12) each, Digital Pressure Transducer to meet the following specifications: (1) Full scale accuracy, 0.01% FS; (2) Pressure Range: 0 to 1,500 psia; (3) Dynamic Temperature Compensation; (4) 0 to 10 vdc analog output; (5) Digital Zero and Span Adjustments; (6) Calibration Stability: Zero: 0.01% FS for 180 days; Span: 0.01% FS for 180 days; (7) NIST Traceable Calibration; (8) Communications Interface: RS-232; (9) Software Driver Included: LabView; and (10) Power: 120 VAC 60 Hz AC power supply included. Mensor Model No. 4040 (with AC power and reference pressure port options) or Equal. Bidding on: Manufacturer _____________; Brand Name ______________; Model No.: ____________________________. CLIN 0003: Eight (8) each, Digital Pressure Transducer to meet the following specifications: (1) Full scale accuracy, 0.01% FS; (2) Pressure Range: 0 to 750 psia; (3) Dynamic Temperature Compensation; (4) Reference pressure port; (5) Digital Zero and Span Adjustments; (6) Calibration Stability: Zero: 0.01% FS for 180 days; Span: 0.01% FS for 180 days; (7) NIST Traceable Calibration; (8) Communications Interface: RS-232; (9) Software Driver Included: LabView; and (10) Power: 120 VAC 60 Hz AC power supply included. Mensor Model No. 4040 (with AC power and reference pressure port options) or Equal. Bidding on: Manufacturer _____________; Brand Name ______________; Model No.: ____________________________. NOTE: Failure to submit the descriptive literature required by DFARS Provision 252.211-7003 may result in your quotation being rejected as nonresponsive (See Brand Name or Equal provision). Salient characteristics of these CLINs are: 0.01% full-scale accuracy, pressure ranges indicated in each CLIN, and 0 -- 10 vdc analog output. Delivery shall be FOB Destination to Arnold Engineering Development Center, Arnold AFB TN, and is required no later than 90 days after notice of award of purchase order. The following clauses/provisions to be included in subject solicitation and any award made thereof: FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 1995); FAR 52.212-2 Evaluation -- Commercial Items (OCT 1995), paragraph (a) is hereby amended to add the following factors that will be equally used to evaluate the Government quotes: (1) technical capability of the item offered to meet the Government requirement, (2) past performance, and (3) Price. Delete paragraph (b). The offeror shall submit unit prices for each of the above three CLINs. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1997) with its quote. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (AUG 1996) is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 1996) is incorporated by reference. Additionally each offeror shall include a completed copy of DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995). The following clauses are incorporated by reference: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 1995); 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns (Alternate I) (15 U.S.C. 644); 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631), and 252.225-7035, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program Certificate (MAY 1995). The following provision is incorporated in full text: 252.211-7003, Brand Name or Equal (DEC 1991), (a) If items in this solicitation are identified as "brand name or equal," the term is intended to be descriptive not restrictive. The "brand name or equal" description is used to portray the characteristics and level of qualify that will satisfy the Government's needs. The salient physical, functional, and other characteristics which "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including products (other than the "brand name" item) of the brand name manufacturer, must-(1) Meet the salient physical, functional, and other characteristics specified in this solicitation; (2) clearly identify the item by-(i) Brand name, if any; and (ii) Make or model number; (3) include descriptive literature such as cuts, illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the Offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the Offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or securing any information not identified in the offer and reasonably available. (d) Unless the Offeror clearly indicates in the offer that the product being offered is an "equal" product, the Contracting Officer will consider the offer as offering a brand name product referenced in the solicitation. WARRANTY-The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered on a similar commercial sale. Acceptance of the warranty does not waive the Government's rights with regard to he other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed above. This is a DO rated contract. All responsible sources may submit a quote which shall be considered by the agency. Quotes are due to Ms Kathy P. Swanson, USAF Procurement Branch, Contracting Division, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332, by 2:00 PM (Local time) on 18 June 1998. Facsimile responses are not acceptable. The anticipated award date is 30 June 1998. For information regarding the synopsis/solicitation, contact Ms Swanson at (931) 454-4409. (0155)

Loren Data Corp. http://www.ld.com (SYN# 0313 19980608\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page