SOLICITATION NOTICE
66 -- 1 Laminar Flow Element Computer
- Notice Date
- 8/2/2018
- 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 Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-18-R-0132
- Archive Date
- 8/31/2018
- Point of Contact
- Cynthia L. Jackson, Phone: 2568421732
- E-Mail Address
-
cynthia.l.jackson76.civ@mail.mil
(cynthia.l.jackson76.civ@mail.mil)
- Small Business Set-Aside
- N/A
- 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. Solicitation number W31P4Q-18-R-0132 is issued as a request for proposal (RFP). The Government reserves the right to award without discussions. The solicitation document and incorporated provisions and clauses are in effect through the Federal Acquisition Circular 2005-80. The requirement is not a set aside. The associated NAICS code is 334513. The small business size standard is 750. Description of the requirement is as follows: Solicitation Number W31P4Q-18-R-0132 is issued as a request for a Firm Fixed Price quote for one Laminar Flow Element Computer (LFEC), 334513 for the U.S. Army TMDE Activity, Army Primary Standards Laboratory (APSL). The minimum requirement should be in a single box containing hardware of a Differential Pressure Transducer, The Absolute Pressure Transducer, the Thermometer and the Touchscreen Computer mounted on the front panel of the LFEC that has a color monitor. The software should have password protected menus that allow user calibration adjustment of the differential pressure transducer, absolute pressure transducer and the thermometer. The password-protected instrument profiles shall correspond to low pressure drop laminar flow elements connected to the LFEC. The Instrument profiles shall include the serial number, model number and the instrument range. These profiles shall include flow rate calibration coefficients for the instrument profile. The software shall utilize two equations specified by the APSL to compute the flow rate based on measurements of differential pressure, absolute pressure, and temperature and instrument profile. The two equations shall be polynomials. The software shall allow the user to input polynomial coefficients. The polynomials shall be up to the fourth order. All coefficients entered into the flow computer by the user shall be password-protected. The software shall use the power law model to calculate viscosity from measured temperature. The LFEC shall use RS-232 and IEEE communications ports. The LFEC shall allow the remote operation with an external computer. The U.S. Army TMDE Activity, Redstone Arsenal, AL (Acceptance DODAAC): W80RA6) shall be responsible for the receiving, inspection and acceptance requirements of DFAS Wide Area Workflow (WAWF) for all units. Contractor is authorized to return-ship and invoice individual units in WAWF as completed to decreased turnaround-time for return of the unit to its origin. The requiring activity requests the contract have a period of performance not more than 21 days from the date after receipt of order, if the equipment is already at the contractor facility for evaluation. Earlier return delivery is desired if at no additional cost to the government. Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Provision at 52.212-2, Evaluation - Commercial Items, is applicable. The lowest price technically acceptable is the sole evaluation factor. Non cost factors are of equal importance to price. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Clause at 52.212-5 Contract Terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items, also applies to this acquisition and additional FAR clauses may be cited as needed. Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. Payment shall be made through Wide Area Work Flow (WAWF), in Accordance with DFARS 252.232-7006. DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports and Instructions. Payment method shall be through Wide Area Work Flow. DFARS 252.232-7006 - Wide Area Work Flow Payment Instructions. This a DPAS DO rated order. Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the Agency. Proposals are due no later than August 16, 2018. The Contractor's proposal must be determined acceptable in terms of (a) price reasonableness, (2) technical compliance with the PWS (to include compliance with accredited calibration (Z540 Traceable, with data).and (c) turn-around-time (not more than 21 days after receipt of order. Earlier return delivery is desired if at no additional cost to the government). Proposals shall be submitted by email only to cynthia.l.jackson76.civ@mail.mil. Any other electronic or hard copy submissions are not authorized. PROPOSALS/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Cynthia L. Jackson, 256-842-1732, email at cynthia.l.jackson76.civ@mail.mil or Adrian Epps, 256-876-4912, email: Adrian.l.epps.civ@mail.mil. Primary Point of Contact: Cynthia L. Jackson Contract Specialist Cynthia.l.jackson76.civ@mail.mil Phone: 256-842-1732 Secondary Point of Contact: Adrian Epps, Contracting Officer adrian.l.epps.civ@mail.mil Phone: 256-876-4912 Contracting Office Address: BLDG 5303 SPARKMAN CIR Redstone Arsenal, Alabama 35898-5090 United States Place of Contract Performance: Keysight Technologies Englewood, CO. 80155 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4d2d4d56d10739b42767d0e3c80c84ad)
- Place of Performance
- Address: Keysight Technologies, Englewood, Colorado, 80155, United States
- Zip Code: 80155
- Zip Code: 80155
- Record
- SN05018811-W 20180804/180802231659-4d2d4d56d10739b42767d0e3c80c84ad (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 |