COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5, 2000 PSA #2700
SOLICITATIONS
70 -- DATA LOGGERS
- Notice Date
- October 3, 2000
- Contracting Office
- USA Materiel Command Acqiuisition Center, Yuma Proving Ground Contracts Division, ATTN: AMSSB-ACY/Bldg. 2100, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- DATM07-01-T-0001
- Response Due
- October 11, 2000
- Point of Contact
- Julie A. Silva, (520) 328-6259
- E-Mail Address
- Click here to contact the Contracting Office via e-mail (Julie.Silva@yuma-exch1.army.mil)
- Description
- The U.S. Army Yuma Proving Ground, Arizona has a requirement to purchase 2 each data loggers in support of the Optics and Electronics Division. 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. The Request for Quotation number is DATM07-01-T-0001 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 97-19 and Defense Federal Acquisition Regulation Supplement (DFARS), 1998 Edition, current to DCN 20001001. This acquisition is set-aside 100% for small businesses. The North American Industry Classification System (NAICS) code is 334513 and the small business size standard is 500 employees. The contract type will be firm fixed price. The Government proposes to solicit quotes for the following items: Two (2) each Data Loggers EME 6400L Brand Name or Equal and One (1) each Calibration Module that will be used to record the increasing high data rate for automotive testing. The manufacturer of the "Brand Name or Equal" data loggers is EME Corporation, 1197 Baltimore Annapolis Blvd., Arnold, MD 21012. The Data Loggers shall meet or exceed all of the following specifications: 1) 64 analog input channels with single and differential capability in one chassis. 2) Chassis size not to exceed 8 x 14 x 6 inches. 3) Two 64-channel units shall be combinable for a total of 128 channels. 4) All channels shall be sampled simultaneously. 5) The sample rate shall be adjustable from one to 100,000 samples per second per channel. 6) Each unit shall have at least 1 million samples per channel storage capability. 7) Each unit shall have a minimum of two tachometer input channels. 8) Each unit shall have an operating temperature range of 0 to 70 degrees Celsius. 9) The units shall have 16 bit resolution. 10) Each unit shall meet SAE J-211 requirements. 11) Each unit shall use RS232 and 10 Base T ethernet communication. 12) Each unit shall come with control software compatible with Microsoft Windows 95 and 98. 13) Each unit shall come with all necessary documentation. 14) Cables with connectors for all connections shall be included. 15) System shall operate over 12 to 16 volt DC range. 16) The system shall be capable of using IRIG-B time code input. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2000) and FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Alt I (Oct 1998). All offerors shall include with their offer a completed copy of FAR 52.212-3. Copies of FAR 52.212-3 are available upon request from the Contracting Officer. They may also be obtained on the world-wide-web at the following web address: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm#P1732_147049 The following FAR clauses apply to this solicitation -- FAR 52.212-4, Contract Terms and Conditions Commercial Items (May 1999) and FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Order Commercial Items (Aug 2000). Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Oct 1995), FAR 52.219-8 Utilization of Small Business Concerns (Oct 1999); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Feb 1999); FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (May 1999) and FAR 52.232-36 Payment by Third Party (May 1999). The following DFARS provision applies to this acquisition: FAR 252.212-7000 Offerors Representations and Certifications Commercial Items (Nov 1995). Copies of DFAR 252.212-7000 are available upon request from the Contracting Officer. They may also be obtained on the world-wide-web at the following web address: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/dfars/dfars252_000.htm#P1246_53097. A completed copy of DFARS 252.212-7000 shall be included with all offers. The following DFARS clause applies to this acquisition: FAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2000). Specific clauses within 252.212-7001 that apply are: DFARS 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program, Alt I (Sep 1999); DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998); DFARS 252.247-7023, Transportation of Supplies by Sea (Mar 2000) and DFARS 252.247-7024, Notification of Transportation of Supplies By Sea (Mar 2000). An addendum is incorporated into the solicitation to include FAR and DFARS clauses as follows: FAR 52.247-34 F.O.B. Destination (Nov 1991); FAR 52.211-6 Brand Name or Equal (Aug 1999) and DFAR 252.204-7004 Required Central Contractor Registration (Mar 2000). All quotes shall be submitted to the Robert Morris Acquisition Center, Yuma Contracting Division, Attn: AMSSB-ACY, Julie Silva, Building 2100, Room 8, United States Army Yuma Proving Ground (USAYPG) Yuma, Arizona, 85365-9106 no later than 10:00 A.M. MST, October 11, 2000. As a minimum, offerors shall include with their quote the following information: (1) RFQ number, (2) company name and address, (3) point of contact with telephone and facsimile numbers, (4) a completed copy of representations and certifications, (5) price, (6) proposed delivery schedule, (7) sufficient technical literature and description to enable the Government to evaluate conformance with the technical requirements, and (8) a statement indicating whether payments can be made by electronic funds transfer or Government VISA credit card. Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from consideration. SEE Note 1.
- Record
- Loren Data Corp. 20001005/70SOL003.HTM (W-277 SN5034N6)
| 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index
|
Issue Index |
Created on October 3, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|