COMMERCE BUSINESS DAILY ISSUE OF JULY 16, 2001 PSA #2893
SOLICITATIONS
66 -- TEMPERATURE/ALTITUDE CHAMBER
- Notice Date
- July 12, 2001
- Contracting Office
- Commander, U. S. Army Aviation & Missile Command, Acquisition Center, Buiding 5303, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W81UJF-1149-01SV
- Response Due
- August 15, 2001
- Point of Contact
- (PCF)Julie Davis, Contract Specialist, AMSAM-AC-SS-BA, (256)842-7422;Ruth Easley, Contracting Officer, (256)876-8130
- Description
- THIS IS A COMBINED SYNOPSIS SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Full and Open Competition. NAIC code: 333415. Size standard: 750 employees. The solicitation is issued as a request for proposals for one each temperature/altitude chamber. Offers must be valid for 60 days. SPECIFICATIONS are as follows: 1.0 This altitude chamber is intended to be utilized within the LOGSA PSCC packaging laboratory located in Building 2, Bay 5 at the Tobyhanna Army Depot. It is intended as a replacement for our current chamber that is approximately 35 years old. It is a commercial item to be manufactured in strict accordance with the following specifications. F.O.B. Destination. 2.0 EQUIPMENT PERFORMANCE REQUIREMENTS: 2.1 The equipment shall be able to conform to test specifications stated within the applicable standards and regulations such as: MIL-STD-810E, Method 500.3 Procedure I-Storage Altitude, and MIL-STD-810E Procedure II-Operation Altitude. 2.2 The temperature range of the chamber shall, at a minimum include the range from -65 C to +175 C. 2.3 The rate of temperature change shall be, at a minimum: Ambient to -50 C in 30 minutes and Ambient to +150 C in 40 minutes. 2.4 Altitude range: Site level to 100,000 feet at a minimum. 2.5 Per MIL-STD 810, the controlled rate of altitude change shall not exceed 2000 feet per minute. 2.6 The chamber shall have RS 232 interface compatibility. 2.7 The chamber shall have a digital readout with a circular two-pen chart recorder that has the capabilities of either 24 hours or 7 day recording. One box of each type chart paper shall be supplied. 2.8 The chamber shall be supplied with gages to permit continuous monitoring of the refrigeration level/pressure. At a minimum, there should be a high/low (discharge/suction) set of gages for each compressor. 2.9 The chamber shall be supplied with a programmable, ramping controller used to control the process temperature/altitude (Watlow F4 or better). 2.10 The interior usable space shall be a minimum of 48 inches wide x 48 inches deep x 48 inches high. The exterior dimensions shall not exceed 96 inches wide x 114 inches high x 170 inches deep. The gross shipping weight shall not exceed 13,000 pounds. 2.11 The chamber shall be water-cooled and have both a heat limit switch and a low water cutoff with alarm to circumvent equipment damage in the event of electrical or water interruptions. 2.12 The chamber shall have a stainless steel interior to include both the ceiling and floor. 2.13 The chamber shall be supplied with one extra stainless steel shelf, 300-pound capacity. 2.14 The refrigerants utilized must be environmentally compatible. The refrigeration system shall be compatible with current environmental regulations and utilize whatever refrigerant is required within the law to obtain the environmental/atmospheric conditions stated above. At a minimum, the system should operate utilizing R404A, R508B, SUVA95, HP62, or R507 HFC as the refrigerant. 2.15 The chamber shall have full access front door with a viewing window having dimensions of 12x12 inches minimum and 24x24 inches maximum. 2.16 The chamber shall be supplied with on 2-inch minimum to 4-inch maximum instrumentation port in one sidewall. 2.17 The chamber shall be supplied with running time meters for total elapsed and test time. 2.18 The chamber shall be supplied with interior viewing lights with external controls. 2.19 The chamber shall be supplied with a sound-deadening package to keep external noise to a minimum (80dba or less). 2.20 The system shall function with utility requirements of 208 volts, 3-phase, 60 hertz; no exceptions since this is the main power at this location. 2.21 The chamber shall be equipped with an automatic restart in the event of a power outage or interrupt. 2.22 Manuals Two complete sets of manuals with electrical diagrams and a complete parts list shall be provided along with a detailed preventative maintenance program. 2.23 Warranty Price to include a full 1-year warranty on parts and labor after the final acceptance test has been successfully completed. 2.24 Delivery The system, complete with manuals, shall be delivered no later than 6 months after date of award, directly to PSCC LTAD laboratory located in Building 2, Bay 5, at the Tobyhanna Army Depot, Tobyhanna, PA. A 30-day predelivery notice should be provided. The contractor is responsible for delivery of the machine to the designated loading dock. The Government will be responsible for unloading the machine and placing it near the required site to allow the installer ample room to make any required adjustments or modifications before final installation and bringing the necessary utilities to within 10 feet of the site. The contractor will be responsible for final installation by connecting the machine to the utilities, within 30-days of being contacted by the government and being advised that the machine is in place. Final installation shall also include other incidentals required to place the machine in operation and ready for acceptance testing. All installation procedures shall be coordinated with the Contracting Officer or his/her representative. 2.25 Acceptance Test Acceptance Testing shall take place at Destination, Tobyhanna Army Depot. The contractor's technical representative shall conduct the acceptance test immediately after installation unless previous arrangements have been made. The acceptance test shall be a minimum of 4-hour demonstration of complete operation of the equipment. 2.26 The total cost of the chamber is to include a manufacturer's representative to inspect the unit after it has been installed, and to provide user instruction via product demonstration. Immediately following installation, manufacturer's calibration, and acceptance testing, the contractor's representative shall demonstrate to test engineers/chemists and technicians basic operating instructions. 3.0 TECHNICAL PROPOSAL SUBMISSION 3.1 The offeror shall provide a proven history of satisfactorily manufacturing this type of test equipment by supplying a list of at least three companies that have purchased this type of equipment from them within the past four years. A list of each owner's name, address, and telephone number, name of owner's representative who is currently responsible for managing the operation or maintenance of each system shall also be provided. 3.2 Offerors are required to furnish with their offers, two (2) copies of a detailed technical proposal with sufficient information to show compliance with the requirements of the technical specifications. The offeror shall submit a complete schematic as well as a technical plan, which will be used to assure compliance with the technical specifications. 3.3 Offerors shall organize their technical proposals in the same manner in which the Government's specifications are organized. The offeror shall provide an appropriate response to detailed technical description as to how each technical requirement therein shall be satisfied. Each response shall include a positive statement to indicate that the requirement will be met, and references to appropriate technical literature/documentation, which substantiates the offeror's reply. Proposal responses such as "NOTED", "CAN OR MAY BE PROVIDED", "AGREED", "ACKNOWLEDGED", or "ARE AVAILABLE", shall not be acceptable to the Government. If a reference includes the required technical descriptive detail, such detail need not be restated; however, in this case, responses must indicate that the documentation must be submitted with the proposal. All responsible sources may submit a proposal, which will be considered. Only vendors enrolled and active in the Central Contractor Registration will be considered for award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and are incorporated by reference. The offeror shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (May 2001). The following clauses/provisions are applicable to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) with these web addresses: http://www.arnet.gov/far, http://farsite.hill.af.mil, and http://www.dtic.mil/dfars. FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2000), FAR 52.212-2, Evaluation Commercial Items (Jan 1999), where the technical capability of offered item and price shall be used to evaluate the offer. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (May 2001), FAR 52.212-4, Contract Terms and Conditions Commercial Items (May 2001), applies to this acquisition, with the following addenda: AMCOM Clause 52.239-4700, Year 2000 Warranty Commercial Supply Items (Nov 1998), AMCOM Clause 52.239-4702, Requirement for Information Technology to be Year 2000 Compliant (Nov 1998), (For text of local clauses see website https://www.proc.fedstone.army.mil/acquisition and https//amn2.redstone.army.mil/webdesk. Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.204-7004, Required Central Contractor Registration (Instructions for registration may be obtained on the internet at http://www.ccr2000.com); and FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2000), applies to this acquisition. The following clauses 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332); and DFARS provision 252-225-7035, Buy American Act Balance of Payments Program Certificate apply to this acquisition. DFARS clause 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 2000) applies to this acquisition; the following clauses under Paragraph (b) are applicable: 252-225-7001, Buy American Act and Balance of Payment Program (Mar 1998) and 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2531). The offers are due by 4:30 p.m. Central Standard Time on August 15, 2001. Proposals may be mailed to Commander, U.S. Army Aviation and Missile Command, ATTN: AMSAM-AC-SS-BA/J. Davis, Bldg. 5303, Room 3138, Redstone Arsenal, AL 35898-5000 or faxed to 256-876-3833.
- Record
- Loren Data Corp. 20010716/66SOL004.HTM (W-193 SN50R629)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|