COMMERCE BUSINESS DAILY ISSUE OF APRIL 6, 2001 PSA #2824
SOLICITATIONS
61 -- ELECTRONIC COMPONENTS TO CONTROL SYSTEM FOR APE 1236 DEACTIVATION FURNACE
- Notice Date
- April 4, 2001
- Contracting Office
- Contracting Office, Tooele Army Depot, P.O. Box 839, Building 9, Tooele, Utah 84074-5020
- ZIP Code
- 84074-5020
- Solicitation Number
- DAAA14-01-T-0078
- Response Due
- April 18, 2001
- Point of Contact
- Paula K. Kramer, (435) 833-5063
- E-Mail Address
- None (None)
- Description
- 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance (iaw) with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotations are being requested and a written solicitation will not be issued!! 17(ii). The solicitation number DAAA14-01-T-0078 is issued as a Request for Quotation (RFQ)!! 17 (iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24!! 17(iv). This procurement is set-aside for small business concerns under the NAICS 334513. The small business size standard is 500 employees!! 17(v). This procurement is for an indefinite-quantity contract for electronic components and may result in multiple awards. Any contract(s) awarded, as a result of this solicitation shall become effective on date of award and continue in effect for a one-year period. Total contract period with all options shall not exceed two (2) years. Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders!! Contract Line Item Number (CLIN), 0001 through 0057 is base year requirements for maximum quantities (qty). CLIN 0001, Ethernet card, 10 Base T, ISA, 3COM P/N 3C509B, 1 each (ea); CLIN 0002 Flowmeter, oil, 1/2 MNPT thread, reed switch, 225 psi, ABB P/N 92140, 1 ea; CLIN 0003 Cable assembly, prewired, for analog output module, 8 point, Allen-Bradley (AB) P/N 1492-ACABLE025B, 2 ea; CLIN 0004 Cable assembly, prewired, for analog input module, 8 point, A-B P/N 1492-ACABLE025C, 2 ea; CLIN 0005 Interface module, analog output 4 channel, A-B P/N 1492-AIFM4-3, 1 ea; CLIN 0006 Interface module, analog 8 channel, fusible, A-B, 1492-AIFM8-F-5, 2 ea; CLIN 0007 Terminal, wiring, PLC input interface, fused, analog input module, 8 channel input, 5 terminals per channel, A-B P/N 1492-AIFM8-F-5, 2 ea; CLIN 0008 Cable assembly, prewired, for 120 vac output module, A-B P/N 1492-CABLE025C, 7 ea; CLIN 0009 Cable assembly, prewired, for 24 vdc output module, A-B P/N 1492-CABLE025E, 7 ea; CLIN 0010 Cable assembly, prewired, for DC input module, 32 point, A-B P/N 1492-CABLE025H, 7 ea; CLIN 0011 Interface module, PLC wiring, 120 vac output, fusible, 20 point, A-B P/N 1492-IFM20F-F120-2, 7 ea; CLIN 0012 Interface module, PLC wiring, 24 vdc output, fusible, 20 point, A-B P/N 1492-IFM20F-F24-2, 7 ea; CLIN 0013 Interface module, PLC wiring, DC, 32 point digital input, 40 point, A-B P/N 1492-IFM40F, 6 ea; CLIN 0014 Chassis, PLC, IO, 10 slot, A-B P/N 1746-A10, 3 ea; CLIN 0015 Cable, IO rack interconnect, 36 inch, A-B P/N 1746-C9, 2 ea; CLIN 0016 Input module, PLC, 32 point, 24 VDC, A-B P/N 1746-IB32, 6 ea; CLIN 0017 Input module, analog, 8 point, 4-20 mA, A-B P/N 1746-NI8, 2 ea; CLIN 0018 Output module, analog, 4 point, 4-20 mA current, A-B P/N 1746-N04I, 1 ea; CLIN 0019 Input module, thermocouple, PLC, 8 point, A-B P/N 1746-NT8, 1 ea; CLIN 0020 Output module, PLC, 16 point, 120 VAC, A-B P/N 1746-OA16, 7 ea; CLIN 0021 Output module, PLC, 16 point, 10-50 VDC, A-B P/N 1746-OB16, 7 ea; CLIN 0022 Power supply, IO rack mount, A-B P/N 1746-P4, 3 ea; CLIN 0023 Processor, SLC-5/05, ethernet port, 64K memory, A-B P/N 1747-L553, 1 ea; CLIN 0024 UPS, 1400 VA, 120 VAC input, 950 W, 120 VAC output, 6 NEMA 5-15R receptacles, rack mount, APC P/N SU1400RM2U, 1 ea; CLIN 0025 Fuse, 5x20 mm, cartridge, time lag, one amp, Bussman P/N GDC-1A, 500 ea; CLIN 0026 Pressure switch, weatherproof enclosure, 0.07-0.15" wc range, Dwyer P/N 1910-00-WP, 2 ea; CLIN 0027 Pressure gage, magnehelic, series 2000, 0-0.50" wc range, adjustable signal flag, low temperature -20 F, Dwyer P/N 2000-0-ASF-LT, 1 ea; CLIN 0028 Pressure gage, magnehelic, series 2000, 0-10" wc range, adjustable signal flag, low temperature -20 F, Dwyer P/N 2010-ASF-LT, 1 ea; CLIN 0029 Pressure transmitter, gage, Foxcom digital and 4-20 mA output, 316L SS sensor material, silicone fluid fill, 0-0.5 thru 0-30" wc pressure range, 1/4 NPT pressure connections, 1/2" conduit, Foxboro P/N IGP20-D12A11FM1B1, 3 ea; CLIN 0030 Display cover, weatherproof, with reset, 7800 flame controller, Honeywell P/N 204718A, 2 ea; CLIN 0031 Scanner, UV, Minipeeper, flame detector, Honeywell P/N C7035A 1064, 4 ea; CLIN 0032 Transformer, solid state spark generator, for industrial gas burner, Honeywell P/N Q624A 1014, 2 ea; CLIN 0033 Subbase, 7800 series flame controller, terminal, universal wiring, Honeywell P/N Q7800A 1005, 4 ea; CLIN 0034 Amplifier, UV flame signal, 7800 series relay module, Honeywell P/N R7849A 1023, 2 ea; CLIN 0035 Flame controller relay, Honeywell P/N RM7840L 1026, 2 ea; CLIN 0036 Remote display, series 7800 flame controller, Honeywell P/N S7800A 1001, 2 ea; CLIN 0037 Controlbus module, 7800 series flame controller, Honeywell P/N S7810A 1009, 2 ea; CLIN 0038 Annunciator, flame controller, Honeywell P/N S7830A 1005, 2 ea; CLIN 0039 Purge timer, 7800 series flame controller, plug in, Honeywell P/N ST7800A 1054, 2 ea; CLIN 0040 Flowmeter, air mass, single point insertion, FD sensor, alloy C276 sensor stings, 316L SS 3/4" dia. 12" long sensor, no flange connection, electronic enclosure attached to sensor, 24 VDC supply, 6000 SFPM air, four factory calibration points over process, Kurz P/N 756004-13-23-00-0000-13-14-01-28-20-01-12, 1 ea; CLIN 0041 Proximity switch, 3 wire, 24 VDC, current sourcing, Microswitch P/N 972AA4XM-A3P-L, 7 ea; CLIN 0042 Ethernet hub, 10BASE-T, 4 port with uplink port, unmanaged, Netgear P/N EN104TP, 1 ea; CLIN 0043 Panel meter, 4 digit LED, 4-20 mA input, 115 VAC power, Newport P/N IDP-0, 4 ea; CLIN 0044 Panel meter, 4 digit LED, type K thermocouple input, 115 VAC power, Newport P/N IDT-00/E, 5 ea; CLIN 0045 Thermocouple well assembly, type K, threaded head nipple configuration, aluminum head, single thermal block, 3/4" conduit opening, 3/4" tube opening, 4" external extension length, ceramic metal sheath, 1/4" dia element, Thermo Electric P/N 2C 3/4 3/4 4-A14KGJ-16-J-2-12, 1 ea; CLIN 0046 Motion control, intrinsically safe, relay output, underspeed/overspeed, 24 VDC power, Turck P/N MS21-12ExO-R/24VDC, 1 ea; CLIN 0047 Sensor, proximity, 2 wire DC, NAMUR output, 5mm range, 12mm diameter, metal barrel, quick disconnect, Turck P/N Ni5-M12-Y1X-H1141, 1 ea; CLIN 0048 Cordset, eurofast, straight, for NAMUR sensors, 2 conductor, 250 V, 4 amp, 105 C, Turck P/N RK 4.21T-2, 2 ea; CLIN 0049 Cordset, eurofast, right angle, for NAMUR sensors, 2 conductor, 250 V, 4 amp, 105 C, Turck P/N WK 4.21T-2, 2 ea; CLIN 0050 Pressure switch, weatherproof enclosure, 0-20" wc air, United Electric P/N J400-95131-442, 1 ea; CLIN 0051 Pressure switch, weatherproof enclosure, 0-100 psi oil, United Electric P/N J400-9584-156, 1 ea; CLIN 0052 Thermowell, threaded for 1/4" OD element, 1/2" NPT, 316 SS, for 12" thermocouple, United Electric P/N UNIB206U101, 2 ea; CLIN 0053 Thermowell, threaded for 1/4" OD element, 1/2" NPT, 316 SS, for 10" thermocouple, United Electric P/N UNIB206U9316SST, 2 ea; CLIN 0054 Thermowell, threaded for 1/4" OD element, 1/2" NPT, 316 SS, for 15" thermocouple, United Electric P/N UNIB260U131, 2 ea; CLIN 0055 Thermocouple, type K, aluminum head, 1/2" conduit thread, 1/4" dia element, spring loaded, 316 SS sheath, grounded, 10" length, United Electric P/N UNIMI1573KGPF14L10, 2 ea; CLIN 0056 Thermocouple, type K, aluminum head, 1/2" conduit thread, 1/4" dia element, spring loaded, 316 SS sheath, grounded, 12" length, United Electric P/N UNIMI1573KGPF14L11, 2 ea; CLIN 0057 Thermocouple, type K, aluminum head, 1/2" conduit thread, 1/4" dia element, spring loaded, 316 SS sheath, grounded, 15" length, United Electric P/N UNIMI1573KGPF14L15, 2 ea. CLINS 0058 through 114 are option year one (1) requirements for estimated quantities. CLIN 0058, Ethernet card, 10 Base T, ISA, 3COM P/N 3C509B, 1 each (ea); CLIN 0059 Flowmeter, oil, 1/2 MNPT thread, reed switch, 225 psi, ABB P/N 92140, 1 ea; CLIN 0060 Cable assembly, prewired, for analog output module, 8 point, A-B P/N 1492-ACABLE025B, 2 ea; CLIN 0061 Cable assembly, prewired, for analog input module, 8 point, A-B P/N 1492-ACABLE025C, 2 ea; CLIN 0062 Interface module, analog output 4 channel, A-B P/N 1492-AIFM4-3, 1 ea; CLIN 0063 Interface module, analog 8 channel, fusible, A-B, 1492-AIFM8-F-5, 2 ea; CLIN 0064 Terminal, wiring, PLC input interface, fused, analog input module, 8 channel input, 5 terminals per channel, A-B P/N 1492-AIFM8-F-5, 2 ea; CLIN 0065 Cable assembly, prewired, for 120 vac output module, A-B P/N 1492-CABLE025C, 7 ea; CLIN 0066 Cable assembly, prewired, for 24 vdc output module, A-B P/N 1492-CABLE025E, 7 ea; CLIN 0067 Cable assembly, prewired, for DC input module, 32 point, A-B P/N 1492-CABLE025H, 7 ea; CLIN 0068 Interface module, PLC wiring, 120 vac output, fusible, 20 point, A-B P/N 1492-IFM20F-F120-2, 7 ea; CLIN 0069 Interface module, PLC wiring, 24 vdc output, fusible, 20 point, A-B P/N 1492-IFM20F-F24-2, 7 ea; CLIN 0070 Interface module, PLC wiring, DC, 32 point digital input, 40 point, A-B P/N 1492-IFM40F, 6 ea; CLIN 0071 Chassis, PLC, IO, 10 slot, A-B P/N 1746-A10, 3 ea; CLIN 0072 Cable, IO rack interconnect, 36 inch, A-B P/N 1746-C9, 2 ea; CLIN 0073 Input module, PLC, 32 point, 24 VDC, A-B P/N 1746-IB32, 6 ea; CLIN 0074 Input module, analog, 8 point, 4-20 mA, A-B P/N 1746-NI8, 2 ea; CLIN 0075 Output module, analog, 4 point, 4-20 mA current, A-B P/N 1746-N04I, 1 ea; CLIN 0076 Input module, thermocouple, PLC, 8 point, A-B P/N 1746-NT8, 1 ea; CLIN 0077 Output module, PLC, 16 point, 120 VAC, A-B P/N 1746-OA16, 7 ea; CLIN 0078 Output module, PLC, 16 point, 10-50 VDC, A-B P/N 1746-OB16, 7 ea; CLIN 0079 Power supply, IO rack mount, A-B P/N 1746-P4, 3 ea; CLIN 0080 Processor, SLC-5/05, ethernet port, 64K memory, A-B P/N 1747-L553, 1 ea; CLIN 0081 UPS, 1400 VA, 120 VAC input, 950 W, 120 VAC output, 6 NEMA 5-15R receptacles, rack mount, APC P/N SU1400RM2U, 1 ea; CLIN 0082 Fuse, 5x20 mm, cartridge, time lag, one amp, Bussman P/N GDC-1A, 500 ea; CLIN 0083 Pressure switch, weatherproof enclosure, 0.07-0.15" wc range, Dwyer P/N 1910-00-WP, 2 ea; CLIN 0084 Pressure gage, magnehelic, series 2000, 0-0.50" wc range, adjustable signal flag, low temperature -20 F, Dwyer P/N 2000-0-ASF-LT, 1 ea; CLIN 0085 Pressure gage, magnehelic, series 2000, 0-10" wc range, adjustable signal flag, low temperature -20 F, Dwyer P/N 2010-ASF-LT, 1 ea; CLIN 0086 Pressure transmitter, gage, Foxcom digital and 4-20 mA output, 316L SS sensor material, silicone fluid fill, 0-0.5 thru 0-30" wc pressure range, 1/4 NPT pressure connections, 1/2" conduit, Foxboro P/N IGP20-D12A11FM1B1, 3 ea; CLIN 0087 Display cover, weatherproof, with reset, 7800 flame controller, Honeywell P/N 204718A, 2 ea; CLIN 0088 Scanner, UV, Minipeeper, flame detector, Honeywell P/N C7035A 1064, 4 ea; CLIN 0089 Transformer, solid state spark generator, for industrial gas burner, Honeywell P/N Q624A 1014, 2 ea; CLIN 0090 Subbase, 7800 series flame controller, terminal, universal wiring, Honeywell P/N Q7800A 1005, 4 ea; CLIN 0091 Amplifier, UV flame signal, 7800 series relay module, Honeywell P/N R7849A 1023, 2 ea; CLIN 0092 Flame controller relay, Honeywell P/N RM7840L 1026, 2 ea; CLIN 0093 Remote display, series 7800 flame controller, Honeywell P/N S7800A 1001, 2 ea; CLIN 0094 Controlbus module, 7800 series flame controller, Honeywell P/N S7810A 1009, 2 ea; CLIN 0095 Annunciator, flame controller, Honeywell P/N S7830A 1005, 2 ea; CLIN 0096 Purge timer, 7800 series flame controller, plug in, Honeywell P/N ST7800A 1054, 2 ea; CLIN 0097 Flowmeter, air mass, single point insertion, FD sensor, alloy C276 sensor stings, 316L SS 3/4" dia. 12" long sensor, no flange connection, electronic enclosure attached to sensor, 24 VDC supply, 6000 SFPM air, four factory calibration points over process, Kurz P/N 756004-13-23-00-0000-13-14-01-28-20-01-12, 1 ea; CLIN 0098 Proximity switch, 3 wire, 24 VDC, current sourcing, Microswitch P/N 972AA4XM-A3P-L, 7 ea; CLIN 0099 Ethernet hub, 10BASE-T, 4 port with uplink port, unmanaged, Netgear P/N EN104TP, 1 ea; CLIN 0100 Panel meter, 4 digit LED, 4-20 mA input, 115 VAC power, Newport P/N IDP-0, 4 ea; CLIN 0101 Panel meter, 4 digit LED, type K thermocouple input, 115 VAC power, Newport P/N IDT-00/E, 5 ea; CLIN 0102 Thermocouple well assembly, type K, threaded head nipple configuration, aluminum head, single thermal block, 3/4" conduit opening, 3/4" tube opening, 4" external extension length, ceramic metal sheath, 1/4" dia element, Thermo Electric P/N 2C 3/4 3/4 4-A14KGJ-16-J-2-12, 1 ea; CLIN 0103 Motion control, intrinsically safe, relay output, underspeed/overspeed, 24 VDC power, Turck P/N MS21-12ExO-R/24VDC, 1 ea; CLIN 0104 Sensor, proximity, 2 wire DC, NAMUR output, 5mm range, 12mm diameter, metal barrel, quick disconnect, Turck P/N Ni5-M12-Y1X-H1141, 1 ea; CLIN 0105 Cordset, eurofast, straight, for NAMUR sensors, 2 conductor, 250 V, 4 amp, 105 C, Turck P/N RK 4.21T-2, 2 ea; CLIN 0106 Cordset, eurofast, right angle, for NAMUR sensors, 2 conductor, 250 V, 4 amp, 105 C, Turck P/N WK 4.21T-2, 2 ea; CLIN 0107 Pressure switch, weatherproof enclosure, 0-20" wc air, United Electric P/N J400-95131-442, 1 ea; CLIN 0108 Pressure switch, weatherproof enclosure, 0-100 psi oil, United Electric P/N J400-9584-156, 1 ea; CLIN 0109 Thermowell, threaded for 1/4" OD element, 1/2" NPT, 316 SS, for 12" thermocouple, United Electric P/N UNIB206U101, 2 ea; CLIN 0110 Thermowell, threaded for 1/4" OD element, 1/2" NPT, 316 SS, for 10" thermocouple, United Electric P/N UNIB206U9316SST, 2 ea; CLIN 0111 Thermowell, threaded for 1/4" OD element, 1/2" NPT, 316 SS, for 15" thermocouple, United Electric P/N UNIB260U131, 2 ea; CLIN 0112 Thermocouple, type K, aluminum head, 1/2" conduit thread, 1/4" dia element, spring loaded, 316 SS sheath, grounded, 10" length, United Electric P/N UNIMI1573KGPF14L10, 2 ea; CLIN 0113 Thermocouple, type K, aluminum head, 1/2" conduit thread, 1/4" dia element, spring loaded, 316 SS sheath, grounded, 12" length, United Electric P/N UNIMI1573KGPF14L11, 2 ea; CLIN 0114 Thermocouple, type K, aluminum head, 1/2" conduit thread, 1/4" dia element, spring loaded, 316 SS sheath, grounded, 15" length, United Electric P/N UNIMI1573KGPF14L15, 2 ea!! 17(vi). In order to maintain standardized systems in the field and to ensure compatibility with existing control systems, substitutions for the make or model numbers sited in each CLIN will not be accepted!! 17(vii). Delivery is desired to be made within fourteen (14) calendar days after the effective date of each individual delivery order; FOB Destination; Place of delivery, inspection, and final acceptance is Tooele Army Depot, Building 503, Tooele, Utah 84074!! 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 00) is hereby incorporated by reference!! 17(ix). The Government will award contract(s) resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: (1) Past Performance; (2) Delivery Terms-ability to meet required delivery schedule; and (3) Price. Subsequent delivery orders will be awarded based on ability to meet required delivery schedule and price. Factors are listed in their relative order of importance. Evaluation of past performance shall be based on information provided by the offerors and any other information the Government may obtain by following up on the information provided by the offerors and/or through other sources (i.e. offerors performance on previously awarded contracts and/or contracts with other Government or local government and private contracts for which the offeror has supplied similar products identified in this solicitation). References should include the most recent contracts completed within the last five years. The offeror shall provide a point of contact, current telephone numbers and fax number for each contact. This list is due by the date established for receipt of offers. For evaluation purposes only, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the maximum requirements. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options will not obligate the Government to exercise option(s). Before the offer's specified expiration time, the Government may accept an offer(s) (or part of an offer(s)), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government is only obligated to the maximum quantities identified for each CLIN. Obligations will be issued under individual delivery orders competed amongst offeror(s) receiving awards for indefinite-quantity contracts. NOTE: The maximum quantities for the base year requirements may be awarded without further competition!! 17(x). Offerors are reminded to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 01), and DFARS 252-212-7000, Offeror Representations and Certifications Commercial Items (Nov 95) with its offer/quotation!! 17(xi). FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Mar 01) is hereby incorporated by reference!! 17(xii). FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 00) and the following FAR clauses cited in the clause are applicable to this solicitation and any resultant contract: (b)(1) 52.222-21, Prohibition of Segregated Facilities (Feb 99); (2) 52.222-26, Equal Opportunity (E.O. 11246); (3) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212); (4) 52.222-36, Affirmative Action for Handicapped Workers (29 USC 793); (5) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212) (6) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; (7) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332)!! 17(xiii). Additional contract terms and conditions applicable to this procurement are: (i) FAR 52.217-5, Evaluation of Options (Jul 90); (ii) 52.217-7, Option For Increased Quantity-Separately Priced Line Item (Mar 89); (iii) 52.216-18, Ordering (Oct95) Fill-in: Orders may be issued for a one year period from date of contract award; (iv) 52.216-19, Order Limitation (Oct 95) Fill-in: $250.00 and 10 calendar days; (v) 52.216-22, Indefinite Quantity (Oct 95) Fill-in: last day of option period; (vi) 52.216-27, Single or Multiple Award (Oct 95); (vii) DFARS clause 252.204-7004, Required Central Contractor Registration (Mar 00); (viii) 252.212-7000, Offeror Representations and Certifications Commercial Items (Nov 95); (ix) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 00) is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract (b)(1) 252.206-7000, Domestic Source Restriction (Dec 91)(10 USC 2304 (c)(3)); (2) 252.225-7001, Buy American Act and Balance of Payment Program (41 USC 10.EO.10582); (3) 252.225-7021, Trades Act (19 USC 2501-2518 and 19 USC 3301 Note); The clauses are incorporated by reference with the same force and effect as if they were given in full text. Clauses can be accessed in full text at the Army Acquisition Internet address: http//www.acqnet.sarda.army.mil//!! 17(xiv). The Defense Priorities and Allocations System (DPAS) assigned rating for this procurement is C9E!! 17(xv). See Note(s
- Web Link
- None (None)
- Record
- Loren Data Corp. 20010406/61SOL004.HTM (W-094 SN50I3D9)
| 61 - Electric Wire and Power and Distribution Equipment Index
|
Issue Index |
Created on April 4, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|