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