SOLICITATION NOTICE
66 -- Deluxe Breather Pump
- Notice Date
- 1/23/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-04-T-0244
- Response Due
- 2/11/2004
- Archive Date
- 4/11/2004
- Point of Contact
- Jeanine Worthington, 410-278-0896
- E-Mail Address
-
Email your questions to ACA, Aberdeen Proving Ground
(Jeanine.Worthington@sbccom.apgea.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The combined synopsis/solicitation number is W91ZLK-04-T-0244. CLIN 0001- Deluxe Breather Pump with 3600 RPM variable speed motor and controller, comparable to Jaeco Model 99500-G003; NSN #4320-A50-0793, US Army Chemical Corps Model # C-136-13-697 ( 4 EACH). The following are the minimum salient characteristics for this equipment: motor - #7446INV, ???? HP, AC Inverter Duty drive motor TENV, 3600 RPM, 3/50, 60 HZ 230, 460V; Controller ??? ??? Model AC-611-4 AC Constant torque drive controller CONTROL SELECTION: local (keypad) or remote; 8 BUTTON KEYPAD: program/run, enter, auto/manual, forward/reverse, up arrow, down arrow, start and stop; DISPLAY: 16 character backlit w/HZ, RPM %, Units/Se c, Units/Mmin, Units/Hr, output or load output; SPEED FOLLOWER: Speed potentiometer, 4-20mA, 0-10 VDC input; PRESET SPEEDS: 3; CARRIER FREQUENCY: 2.5, 8, 10, 12 or 14; FAULT HISTORY LOG: Up to 8 w/drive status indication; OUTPUTS: 2 each programmable for N o Function, Run, Fault, Inverse Fault, Fault Lockout, At Speed, Above Speed, Current Limit or Auto Mode; SPEED/TORGUE ENHANCEMENT: Slip Compensation, Accelerating and Starting Boosts, and DC Injection Braking; ANALOG OUTPUT: 0-10 VDC, Speed or Load; INPUT VOLTAGE: -15 TO +10% rated line voltage; SERVICE FACTOR: 1.0, 150% Overload Capacity for 1 Min; RATED OUTPUT: 5.2 AMPS; Nema 4/12 Enclosure 1/60 HZ 120, 240 Volt. Motor will be mounted on pump and government personnel will wire the controller. Requisit ion Number W91B94-3364-0002. Acceptance shall be at Destination. Shipping shall be FOB Dest. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010 on or before 29 Mar 04. The provision at 52.212-1, Instructions to Offerors--Commercial, appl ies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins in Paragraph (a) are Technical Capability, Price and Past Performance and less important than price. The technical evaluation will be a d etermination as to equality of the product and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirem ent. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52 .212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Go vernment, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 199 9) (if the offeror elects to waive the preference, it shall so indicate in its offer), (3) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal O pportunity, (6) 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, (7) 52.222-36 Affirmative Action For Workers with Disabilities, (8) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U .S.C. 4212), (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), and (11) 252.204-7004 Required Central Contractor Registration . The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 11 FEB 2004 no later than 3:00 PM EST at the US Army C ontracting Agency, SFCA-NR-APC-T (Jeanine Worthington), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Jeanine Worthington, Contract Specialist via fax (410) 306-3765, or via email jeanine.worthington@apg.army.mil.
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN00509044-W 20040125/040123212218 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |