MODIFICATION
91 -- FY 18 Fuels Laboratory Equipment
- Notice Date
- 8/29/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Energy, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6222, United States
- ZIP Code
- 22060-6222
- Solicitation Number
- SPE605-18-Q-0559
- Archive Date
- 9/15/2018
- Point of Contact
- Luis Beza-Cay, Phone: 8084734308, Georgia Dotson, Phone: 7037678460
- E-Mail Address
-
luis.beza-cay@dla.mil, Georgia.Dotson@dla.mil
(luis.beza-cay@dla.mil, Georgia.Dotson@dla.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 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. Offers are being requested and a written solicitation will not be issued. The contract resulting from this procurement will be a firm fixed price contract. Solicitation SPE605-18-Q-0559 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 dated 15 Jun 2018. DPAS rating for potential award is DO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at https://www.acquisition.gov/?q=browsefar. Scope of Contract: CLIN 0001 Nomenclature: Jet and Diesel Fuel Analyzer Unit of Issue: EA Quantity: 0001 Description: Instrument shall have the capability to test for the freezing point, viscosity, density, cloud point, and pour point in petroleum liquids by adhering to the test parameters of ASTM D5972, ASTM D7945, ASTM D4052, ASTM D5773 and ASTM D5949. Accessory kit including all items needed to utilize and calibrate equipment must be included in the price and shipped with the equipment. § The equipment shall include a two-year warranty. § Initial on-site installation/calibration/hands-on demonstration. § Must be able to measure freezing point down to -80 ℃ and viscosity down to -40 ℃. § Must accommodate 110/115 VAC, 50/60Hz power supply with US-style plug. All instrument documentation (if provided electronically) must be provided via either email or on a CD/DVD. § Dimensions must be no greater than 22" x 14" to accommodate available space. Height is unrestricted. This is a brand name or equal requirement (Reference FAR 52.211-6) Reference MFG: Phase Technology, Model: JFA-70Xi PC CLIN 0002 Nomenclature: Flash Point Testing Unit, Automatic, Jet Fuel and Diesel Unit of Issue: EA Quantity: 0001 Description: Shall adhere to ASTM D93 Flash Point by Pensky-Martens Closed Cup Method. § Accessory kit including all items needed to utilize and calibrate equipment must be included in the price and shipped with the equipment. § The equipment shall include a one-year warranty. § Electrical requirements: must meet the voltage requirement of either 115 or 220 volts 50Hz with NEMA style electrical plugs to match current building design. § Must use an Electric Igniter with built-in Fire Extinguisher. § Size must be less than 11"wide x 21"deep. Height is not restricted. Must include Safety Alarm System that detects, as a minimum, automatic detection of method or safety violations and a Safety Pre-dip. § A built-in barometric pressure sensor for automatic correction of flash point. An automatic stirrer capable of 0 to 300 RPMs. This is a brand name or equal requirement (Reference FAR 52.211-6) MFG Hertzog: Model: OptiFlash Pensky-Martens Standard Model Electric Igniter CLIN 0003 Nomenclature: Distillation Testing Unit, Automatic, Jet Fuel and Diesel Unit of Issue: EA Quantity: 0001 Description: Shall adhere to ASTM D86 Distillation/ JIS K 2254. § Accessory kit including all items needed to utilize and calibrate equipment must be included in the price and shipped with the equipment. § Fully automatic initial heat regulation with no sample specific heat parameters, § Sealed cooling system with built in CFC cooler compressor. § Electrical requirements: must meet the voltage requirement of either 115 or 220 volts 50Hz with NEMA style electrical plugs to match current building design. § Step-up transformers not allowed. § Software/display must meet American English language. § Size must be less than 18.5''W X 24''D space; § Weigh less than 160lb; § Built-in ambient pressure sensor, range to 70 to 110 kPa with calibration being a single point against reference barometer. § Include 100ML compatible flasks, calibration volume gauge, and USB compatible printer cable. This is a brand name or equal requirement (Reference FAR 52.211-6) Reference MFG Tanaka: Model: AD-7 CLIN 0004 Nomenclature: Shipping Description: Applicable to CLINs 0001-0003 Shipping address is: Defense Logistics Agency - Energy Okinawa Chibana Compound, RTE #74 Bldg, 53145 Chibana Okinawa City, Japan 904-2143 Required delivery date is November 2, 2018 FOB Destination. Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area Work Flow (WAWF). The following provisions and clauses apply to this acquisition: FAR 52-212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1. Technical specifications, 2. Past performance; and 3) Price. Evaluation factors are approximately equal. The contract award will be offered to the best value offer made to the Government, considering technical, past performance, and price. 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items. In paragraph (b) of 52.212-5, the following apply: FAR 52.219-6, 28, 52.222-3, 19, 21, 26, 50, 52.223-18, 52.225-5, and 52.232-34. FAR 52.246-2, DFAR 252.212-7001 in paragraph (b) of 252.212-7001, the following apply: 252.203-7000, 252.225-7021, and 252.232-7003. FAR 52.211-16 with a 10% variance above or below, as well as 52.211-11 shall be applicable. All responsible offerors respond to Luis Beza-Cay (Luis.Beza-Cay@dla.mil ), NLT 03:00 pm Fort Belvoir, Virginia local time (USA), 31 August 2018 ; Send questions to the Contracting Specialist, Luis Beza-Cay, 808-473-4308, FAX: 808-473-4232 or email Luis.Beza-Cay@dla.mil and Georgia.Dotson@dla.mil by RFQ NLT date/time. FAX quotations will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DESC/SPE605-18-Q-0559/listing.html)
- Place of Performance
- Address: Okinawa Chibana Compound, RTE #74, Bldg, 53145, Chibana Okinawa City, Japan 904-2143, Japan
- Record
- SN05062582-W 20180831/180829231622-069ee5057a8efe9d61f31a496164f64e (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 |