Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1999 PSA#2356

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

66 -- TEXTILE EVALUATION TESTING EQUIPMENT SOL N00421-99-Q-1110 DUE 061099 POC ERROR -- Susan Cusic, Contract Specialist, 301-757-8940 E-MAIL: CusicSM@NAVAIR.NAVY.MIL, CusicSM@NAVAIR.NAVY.MIL. The Naval Air Warfare Center Aircraft Division has a requirement for Textile Evaluation Testing Equipment, 1 each. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulation (FAR), Subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation for which proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-99-Q-1110 is issued as a Request For Quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular, FAC 97-11 and Defense Acquisition Circular, (DAC) 98-01 and Defense Change Notice (DCN) 98-1014. The applicable SIC is 3829 and the small business size is 500 employees. All changes to the solicitation shall be sent electronically to the Commerce Business Daily as amendments. The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD intends to issue a Firm Fixed Price (FFP) order for this procurement. The following items listed as CLIN's are required, "Brand Name or Equal" (one each). This equipment shall comply with diagrams and descriptions as specified by the American Society of Testing Materials (ASTM) test standards. Test standards can be obtained from The American Society of Testing Materials, 1916 Race Street, Philadelphia, PA 19103-1187. CLIN 0001 -- Wyzenbeek Abrasion Tester (IAW ASTM D4157): Shall consist of an oscillating cylinder section furnished with edge clamps to permit mounting of a sheet of abrasive material over its curved surface. The section should oscillate through an arc 3 inches long at the rate of 90 cycles (double rubs) per minute. Four specimen holding arms shall be provided. Each arm shall consist of a set of controlled tension clamps and a controlled pressure pad. Tension on the specimen should be adjusted by use of a calibrated sliding weight on a bar attached to the forward specimen clamp. The rear clamp should butt against a thumb screw to provide for taking up the slack of the specimen. The pressure pad, made of sponge rubber, should be fitted to a pressure bar at the top of the specimen-holding arm. A second calibrated sliding weight shall furnish the required pressure between the pad and the cylinder section. The rubber pad, 2 by 2 in.) in dimension, shall be shaped to the curve of the cylinder surface. Suspended over the drum should be two slotted vacuum pipes to remove lint and dust particles. An automatic counter should be provided to record the number of oscillations. CLIN 0002 -- Random Tumble Pilling Tester/Atlas PT-2 (IAW ASTM D3512): Forms pills on fabric samples by random rubbing motion produced by tumbling in a chamber lined with abrasive material. There shall be two chambers, with clear viewing covers, and timer-controlled test cycles. Apparatus shall include air injection, 100 cork liners, and 2 yds dyed cotton sliver. CLIN 0003 -- Bean Bag Snag Tester/Atlas BB-2 (IAW ASTM D5362): Each rotating cylinder (20+/-3 rpm) shall be fitted with a snagging basket which is a removable framework of eight baffle bars attached at each end to plastic disks. Each baffle bar shall have a series of nine pins protruding from it. Each baffle bar shall lock in the plastic disks so that when a baffle bar is exactly at the bottom of the cylinder, an angle of 30 +/-5 degrees exists between the pins on the baffle bar and a theoretical horizontal line passing though the end of the baffle bar. The tester shall include 2 one-lb bean bags, specimen template, timing pulley, and timing belt. CLIN 0004 -- Universal Wear Tester/CSI Stoll-Quatermaster CS-22C (IAW ASTM D3885 and D3886): Shall have the following essential parts: balanced head and flex block assembly, flexing bar or blade, tension device (yoke), yoke-positioning device, machine stopping mechanism, indicator for number of cycles, degreasing solvent to clean flexing bar or blade. CLIN 0005 -- Light Evaluation Cabinet Color Chex (TM) System) (IAW ASTM D3512): Shall have enclosed viewing chamber with Munsell N6-7 surround to minimize reflection; controlled reproducible lighting conditions; four lamp types: incandescent, black light fluorescent; northlight fluorescent, daylight (D65); can be converted to a traditional viewing booth by moving the light source to the top of the chamber. CLIN 0006 -- Pantone Textile Color System (paper) with specifier and guide. CLIN 0007 -- AATCC Gray Scale for Color Change including Intermediate Steps. CLIN 0008 -- 1998 Annual Book of ASTM Standards Volume 7.01 and 7.02 Textiles. CLIN 0009 -- 1998 Technical Manual of AATCC. CLIN 0010 -- Munsell Color Book. All items shall be delivered FOB Destination within 120 days after contract award. Inspection and acceptance shall be made at destination. The contractor shall DELIVER TO: Receiving Officer, Supply Department, Bldg. 665, 47179 Vaughn Road Unit NASSU, Naval Air Station, Patuxent River, MD 20670-1614 between the operating hours of Monday through Friday 0700 to 1330. FAR 52.212-1 Instructions to Offerors -- Commercial Items (AUG 1998) is incorporated by reference and applies to this acquisition. Within FAR 52-212-1, any reference to "offer" is changed to read as "quote". The provision at 52-212-2 Evaluation -- Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: An award shall be made to that responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Price shall be the deciding factor among technically acceptable quotes. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision as it compare to the minimum characteristics provided above in the CLIN's. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptablility. Price shall be the deciding factor among technically acceptable quotes. The offeror shall provide backup information to support the quoted price (e.g. a copy of the current catalog or established price list, three invoices for the same equipment, etc.). Before the specified expiration date of an offer, the Government may accept the quote (or part of the quote) regardless if there are negotiations after its receipt, unless a written notice of withdrawal is received prior to award. The successful offeror may be requested to provide a written letter of acceptance within five days of order issuance. Each offeror shall include a completed copy of the provision at FAR 52.213-3, Offeror Representations and Certifications-Commercial Items (FEB 1999) with its proposal. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (APR 1998) is incorporated by reference and applies to this acquisition. The following clause applies to this synopsis/solicitation and any resulting contract: Clause 52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 1999) (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest after Award (31 U.S.C 3553), 52.247-34-FOB Destination (NOV 1991). (b) The Contractor agrees to comply with the FAR clauses in paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components. For paragraph (b) only the following clauses apply to this acquisition: 52.203-6-Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2401), 52.222-21-Prohibition of Segregated Facilities (FEB 1999), 52.222-26-Equal Opportunity (E.O. 11246) Alternate I, 52.222-35-Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37-Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-18-European Union Sanction for End Products (E.O. 12849), 52.232-33-Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332), As Amended (41 U.S.C.351, et seq.), DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 1999) is incorporated by reference, however, for paragraph (b) only the following apply: 252.225-7001-Buy American Act and Balance of Payments Program (41 U.S.C.10a-10d, E.O. 10582), 252.225-7007-Balance of Payments Program (_Alternate I)(41 U.S.C. 10a-10d, 19 U.S.C.2501-2518, and 19 U.S.C.3301 note), 252.227-7015 -- Technical Data -- Commercial Items (10 U.S.C. 2320), 252.227-7037-Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321). Any questions regarding this solicitation must be emailed to: CusicSM@navair.navy.mil by June 1, 1999. No telephone or faxed questions will be accepted. RFQ responses are DUE NO LATER THAN 2:30 PM Eastern Standard Time on JUNE 10, 1999 to: Contracts Bldg. 441, ATTN: Susan Cusic/Code 254222, NAVAIRSYSCOMHQ, 21983 Bundy Road, Unit 7, Patuxent River, MD 20670-1127. All responsible sources may submit a quote which shall be considered by the agency. For general information regarding this RFQ, contact Susan Cusic (301) 757-8940. FAR provisions and clauses, including FAR 52.212-3, can be found at internet site: http://www.arnet.gov/far. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by accessing the CCR web site at http://ccr.edi.disa.mil/. Posted 05/26/99 (W-SN335812). (0146)

Loren Data Corp. http://www.ld.com (SYN# 0364 19990528\66-0010.SOL)


66 - Instruments and Laboratory Equipment Index Page