MODIFICATION
66 -- Breathing Simulator
- Notice Date
- 11/20/2014
- Notice Type
- Modification/Amendment
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-15-T-0004
- Response Due
- 12/9/2014
- Archive Date
- 1/19/2015
- Point of Contact
- Rex M, Valdez, (443) 861-4750
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(rex.m.valdez2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74.The synopsis/ solicitation number is W91ZLK-15-T-0004 for the purchase of two (2) Breathing Simulators. This requirement is set-aside for small business under NAICS Code 333999 (All Other Miscellaneous General Purpose Machinery Manufacturing). The Government contemplates an award of a Firm-Fixed Price contract to the Lowest Priced Technically Acceptable offer. Description of Requirement: This contract will cover the purchase of (2) breathing simulators. Breathing simulators are designed to accurately simulate breathing while running various types of testing. The breathing simulators must have the following salient characteristics (technical acceptability): The breathing simulators must be controlled via a computer, instead of manual adjustment. Must have optional parts to allow for chemical resistance and the running of two simultaneous tests. It must be able to reach a flow rate of 150 liters/minute and have a tidal volume up to 6 liters. Simulators are required to have a peak flow of 485 liters/minute, and have the capability to have a programmable number of breaths per minute up to 45 breaths/minute. Simulator must be able to function and operate with internal exposed surfaces capable of being exposed to chlorine, hydrogen chloride, nitrogen dioxide, and hydrogen fluoride gas at a concentration of 30 ppm at both 15% and 80% relative humidity conditions. Simulator requires connection to 110 V AC power. Simulator must have the capability to operate with programmable custom waveforms. Simulator must have 2-way non-rebreathing valves that are also chemically inert and provide a tight fit to prevent leaks. Simulator must have two connection ports to do two simultaneous tests and must be able to fit in a space that is 15 inches high, 24 inches deep, and 39 inches long. Due to agent contamination, maintenance will be required to be performed while the equipment remains inside of the hood by a PRP certified on-site technician with minimal equipment and materials (i.e. does not require return to the manufacturer for maintenance). The provider will be required to provide on-site training at the initial delivery of the simulators in operation, repair, and service. Instructions to Offerors: All quotations must be signed, dated, and submitted via email to rex.m.valdez2.civ@mail.mil by 09 December 2014 at 4:00 p.m. Eastern Time. (Preferred method) or via U.S. Mail at: US Army Contracting Command- Aberdeen Proving Ground, Tenant Contracting Division, Service Branch ATTN: Rex M, Valdez, C2-101 6001 Combat Drive Aberdeen Proving Ground, MD 21005 All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online at the website link provided. For questions concerning this solicitation, contact Rex M. Valdez, Contract Specialist, via email at rex.m.valdez2.civ@mail.mil. All questions must be received by 02 December 2014 at 4:00 p.m. Eastern Time. Acceptance shall be at destination. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. The following Provisions and Clauses will be incorporated by: I- REFERENCE: FAR 52.204-7 System for Award Management FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.233-1 Disputes. FAR 52.247-34 F.O.B. Destination DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. II- CLAUSES BY FULL TEXT. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. ALT 1 FAR 52.243-1 Changes - Fixed-Price. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jul 2014) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) III- LOCAL CLAUSES BY FULL TEXT: EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/720fbb15b278f62f9f963ae776a86914)
- Place of Performance
- Address: ACC-APG-TENANT CONTRACTING DIV ECBC Edgewood Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN03578570-W 20141122/141120235217-720fbb15b278f62f9f963ae776a86914 (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 |