COMMERCE BUSINESS DAILY ISSUE OF MAY 7, 2001 PSA #2845
SOLICITATIONS
66 -- DUAL TEMPERATURE CONTROLLER-PRESSURE READOUT SYSTEM
- Notice Date
- May 3, 2001
- Contracting Office
- DOE/National Energy Technology Laboratory, P.O. Box 10940, MS 921-107, Pittsburgh, PA 15236-0940
- ZIP Code
- 15236-0940
- Solicitation Number
- S0100465
- Response Due
- May 31, 2001
- Point of Contact
- Robert L. Mohn, Contracting Officer, 412-386-4963, Ms. Sheila Hedges, Technical Rep, 412-386-4614
- E-Mail Address
- mohn@netl.doe.gov (mohn@netl.doe.gov)
- Description
- DEC.: The U.S. Department of Energy's National Energy Technology Laboratory (NETL)), Pittsburgh, PA has the requirement for a Dual Temperature Controller-Pressure Readout Systems and spare parts. This is a combined solicitation/synopsis for a commercial item prepared in accordance with FAR Part 13, Simplified Acquisition Procedures. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number S0100465 is issued as a Request for Quotation (RFQ).. Items to be purchased: (1) CoreTest Dual Temperature Controller-Pressure Readout System, or equal, for use with CoreTest System Model R-1-001 Rocking Autoclave, including dual temperature readouts, pressure readouts with high low limit alarms, dual PID temperature controller, audio alarm and thermocouple selector switch. For 120VAC, 60Hz operation, CoreTest Systems Inc part/number C-1-001 -- 1 each. (2) A/D Interface board and software for monitoring and logging pressures and temperatures from Item 1 above using a PC (not included) -- CoreTest Systems Inc part/number AD-1-001. (3) Confining Pressure Controller, operating range from 300-9950 psi, to generate and maintain pressure during initial system pressurization and during heat up of rocking autoclave, for 120 VAC 60Hz operation. CoreTest Systems Inc part/number CPC-110 -- 1 each. (4) Spares Kit for Confining Pressure Control Unit to include: 10 back pressure regulator diaphragms, 1 pump seal kit, 1 pump check valve kit, 1 spare burst disk for approximately 12000 psi burst rating, and 1 air filter. CoreTest Systems Inc part/number CPC-110-SP -- 1 each. (5) Flexible Titanium Reaction Cell, one piece welded, approximately 180 cc usable volume, to be used with adapter plug listed below. CoreTest Systems Inc part/number TC-1-003 -- 6 each. (6) Adapter Plug for flexible titanium cell (Item 5 above). CoreTest Systems Inc part/number TC-4-001 -- 3 each. (7) Replaceable titanium 10 micron filter for adapter plug (Items 6 above). CoreTest Systems Inc part/number TC-2-004 -- 10 each. (8) Titanium closure assembly for use with flexible gold reaction cells. CoreTest Systems Inc part/number TC-1-001 2 each. (9) Two piece titanium filter assembly. CoreTest Systems Inc part/number TC-2-002 -- 3 each. This requirement is being procured and will be awarded in accordance with FAR Part 13, Simplified Acquisition Procedures. The proposed purchase order is 100% set-aside for Small Business concerns. Far 52.212-1 Instructions to Offerors -- Commercial Items (AUG 1998) is incorporated by reference and applies to this acquisition. Within FAR 52.212-1, an reference to "offer" is changed to read as "quote". The provisions at 52.212-2 Evaluation -- Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: An award shall be made to that responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Price shall be the deciding factor among technically acceptable quotes. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Price shall be the deciding factor among technically acceptable quotes. The offeror shall provide backup information to support the quoted price (e.g. a copy of current catalog or established price list, three invoices for the same equipment, etc.). FAR 52.212-3 Offeror Representation and Certifications -- Commercial Items; FAR 52.214-4 Contract Terms and Conditions -- Commercial Items; FAR 52.214-5 Contract Terms and Conditions -- Commercial Items apply to this acquisition. FAR provisions and clauses including FAR 52.212-3, can be found at the INTERNET site: http:/www.arnet.gov/far. COMPLIANCE WITH VETERANS EMPLOYMENTS REPORTING REQUIREMENTS -- (a) The Offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e. the VETS-100 report required by the Federal Acquisition Regulation Clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has ( ), has not ( ) submitted the most recent report required by 38 U.S.C. 42212(d). (B) An Offeror who checks "has not" may not be awarded a contract until the required reports are filed. (31 U.S.C. 1354). RFQ responses are DUE NO LATER THAN May 31, 2001. A firm fixed priced purchase order will be issued. Anticipated award will be on or about June 15, 2001. Request for RFQ shall be in writing, stating RFQ number S0100465 complete company name, point of contact, address, area code and telephone number, and facsimile number. Telephone requests will not be accepted. Request can be faxed to (412) 386-5770. All items shall be delivered FOB Destination. All responsible sources may submit a quote which shall be considered by the agency
- Record
- Loren Data Corp. 20010507/66SOL019.HTM (W-123 SN50L093)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on May 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|