Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

66 -- Gas Sorption Analyzer

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4FBFM9231A004
 
Archive Date
9/29/2009
 
Point of Contact
Dierra M Pernell, Phone: 937-522-4565
 
E-Mail Address
dierra.pernell@wpafb.af.mil
(dierra.pernell@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (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. The reference number for this requirement is F4FBFM9231A004 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The 88th Contracting Squadron, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement for a Surface Area and Pore Size Distribution analyzer.: CLIN 0001: Gas Sorption Analyzer that shall meet or exceed the following requirements: 1. This instrument is intended to be a workhorse system capable of analyzing a wide variety of materials systems of drastically different surface areas, pore size distributions, and form factors. 2. The instrument needs to be able to use a wide variety of different gases (i.e. N2, O2, Ar, Kr, CO2, CO, H2, and other non-corrosive gases) due to the need to analyze a wide variety of different materials systems. Multiple gas inlet ports are required (minimum of 5) due to frequency with which the different gases will be changed. 3. The instrument must have at least two separate vacuum systems - one for degassing and one for the analysis. The degassing system must be able to simultaneously degas at least 2 samples while the analysis system performs the measurement on a third. This is required because it will allow for faster analysis time of multiple samples through a separate degassing station. The degassing stations must be temperature programmable. The sample tubes must be easily sealable for transporting between degassing and analysis systems. 4. The instrument must be highly sensitive, accurate, and capable of detecting surface areas of 0.0005 m2/g and higher and pore diameters down to 2 nm. 5. The instrument must be able to utilize specially made sample chambers capable of holding porous films on a supported substrate. 6. The system must maintain a very stable temperature profile for measurement accuracy. 7. The system must utilize long duration dewars that are capable of being refilled during the analysis for samples requiring very long testing times. 8. The instrument must be able to measure pore volume and pore area distributions using a variety of different analysis techniques (BET, Langmuir, BJH). This acquisition is under North American Industry Classification System code 334513 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items-(Jan 2006), and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items-(Jan 1999) (Award will be made based upon best value to the government); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-(Mar 2005) (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov); FAR 52.212-4, Contract Terms and Conditions-Commercial Items-(Sep 2005); FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items-(Apr 2006); FAR 52.219-6, Notice of Total Small Business Set-Aside-(Jun 2003); FAR 52.204-7, Central Contractor Registration (Oct 2003); FAR 52.204-9; Personal Identity Verification of Contractor Personnel-(JAN 2006); FAR 52.222-3, Convict Labor-(Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans-(Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities-(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans-(Dec 2001); FAR 52.223-5, Pollution Prevention and Right-to Know Information-(Aug 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration-(Oct 2003); FAR 52.233-1, Disputes-(Jul 2002); FAR 52.233-3, Protest After Award-(Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim-(Oct 2004); FAR 52.237-1 Site Visit (Apr 1984); FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); FAR 52.247-4, F.o.b. Destination (Nov 1991); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) http://farsite.hill.af.mil.; FAR 52.252-2, Clauses incorporated by Reference-(Feb 1998) (http://farsite.hill.af.mil); FAR 52.252-3, Alterations in Solicitation (Apr 1984); FAR 52.252-4, Alterations in Contract (Apr 1984); FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) is amended in paragraph (b) to add ?Department of Defense Federal Acquisition Regulation Chapter 2-(Apr1984); FAR 52.253-1 Computer Generated Forms-(Jan 1991); DFARS 252.204-7004, Alternate A-(Nov 2003); 252.204-7003, Control of Government Personnel Work Product-(Apr 1992); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items-(Dec 2005); DFARS 252.225-7035 with Alt I, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate (Jun 2006); DFARS 252.225-7036 with Alt I, Buy American Act-Free Trade Agreement-Balance of Payments Program-(Jun 2006); DFARS 252.232-7003, Electronic Submission of Payment Requests-(May 2006); DFARS 252.232-7010 Levies on Contract Payments (Sep 2005); DFARS 252.243-7001, Pricing of Contract Modifications-(Dec 1991); DFARS 252.247-7023 with Alt III, Transportation by Sea (May 2002); AFFARS 5352.242-9000, Contractor Access to Air Force Installations-(Jun 2002); AFFARS 5352.223-9001, Health and Safety on Government Installations-(Jun 1997). AFFARS 5352.201-9101 Ombudsman (August 2005). In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration and shall include cage code with proposal. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer or indicate it is available at the ORCA website. No telephonic quotes will be processed. All responses must be received no later than 1:00 P.M., Eastern Standard Time on 14 Sep 2009. Please send any questions and quotes to 1LT Dierra Pernell at dierra.pernell@wpafb.af.mil. You may also call POC at (937) 522-4565 The Contracting Officer on this requirement is Ms. Dan Lyons and he can be contacted at (937) 522-4516.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBFM9231A004/listing.html)
 
Place of Performance
Address: 88CONS/PKAA, 1940 Allbrook Ave Ste. 3, Wright-Patterson AFB, Ohio, 45431, United States
Zip Code: 45431
 
Record
SN01945751-W 20090910/090909085335-6a79beab11964e259119da7540bece3a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.