COMMERCE BUSINESS DAILY ISSUE OF APRIL 17, 2001 PSA #2831
SOLICITATIONS
84 -- MICRO-COOLING UNITS
- Notice Date
- April 13, 2001
- Contracting Office
- U.S. Army Robert Morris Acquisition Center Natick, ATTN: AMSSB-ACN, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- DAAD16-01-T-0080
- Response Due
- May 4, 2001
- Point of Contact
- Point of Contact -- Mitchell L. Robinson, Contract Specialist, Contracting Officer -- Judi Uthoff `
- E-Mail Address
- Click here to contact the Contract Specialist assigned (Mitchell.Robinson@natick.army.mil)
- Description
- This is a full and open competition combined synopsis/solicitation DAAD16-01-T-0080 for a quantity of two (2) micro-cooling units (Line Item 0001) based on rolling piston vapor compression technology employing commercially-available components. Only those approaches that utilize existing commercial or existing experimental miniature rolling piston compressors, and commercial components such as mini-fans, mini-pumps, mini-heat exchangers, valves, and plumbing that meet or exceed the requirements listed below are acceptable. The contractor shall provide all applicable use and care instructions for the system and/or its components. The entire cooling system shall be configured in a belt-mounted package and be designed to meet the following requirements: (1) Cooling: the delivered cooling shall be 120 watts @ 95 F and will verified by laboratory measurement as measured in a laboratory setting; (2) Weight: shall not exceed 6 pounds (weight does not include power source or individual cooling garment); (3) Volume: Volume shall not exceed 180 cubic inches and the depth of the cooling system (the distance it protrudes away from the body) shall not exceed 3.3 inches in order to minimize bulk and allow the warrior to perform military Individual Movement Techniques; (4) Power requirement: 50 watts maximum power consumption at a voltage ranging between 10 volts to 30 volts DC; (5) Safe to the touch (e.g. no sharp edges, hot surfaces, exposed moving parts, and potentially hazardous protruding parts); (6) Low operating noise level of less 65 dba measured at 1 meter; (7) Low vibration, undetectable by the user; (8) Low exhaust temperature of less than 20 F above ambient; (9) Controls: easily accessible on and off controls are required (better cooling controls are desired but not required); (10) The user shall be able to operate/adjust the controls and connect/disconnect fittings without assistance, while wearing work duty gloves; (11) The cooling system shall be capable of pumping 10 to12 gallons per hour of non-toxic coolant fluid at a pressure drop of approximately 10 pounds per square inch. The temperature of the coolant exiting the system shall be in the 60 F to 72 F range; (12) The cooling system shall incorporate a standard commercial electrical connector to interface with an external portable power source (battery and fuel cells); (13) The cooling system shall allow connectivity to standard liquid cooling garment; (14) The cooling system shall use non-ozone-depleting refrigerant; (15) The cooling system shall operate effectively regardless of orientation and allow the warrior to perform military Individual Movement Techniques. The vendor shall deliver two functional micro-cooling units within nine months of the award date of a purchase order. All items shall be preserved packaged and shipped FOB Destination in accordance with best commercial practices to the U.S. Army Soldier Systems Center, U.S. Army Soldier & Biological Chemical Command, Natick, MA 01760. A firm-fixed price purchase order is planned based on quotes received in response to this synopsis/solicitation, which is prepared in accordance with the format in FAR subpart 12.6 and supplemented with additional information included in this notice. This announcement will constitute the only solicitation. A request for a hard copy of this RFP will not be honored. Vendors are required to submit a hard copy proposal. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS; 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS with Addenda below; 52.212-3 -- OFFEROR REPRESENTATION AND CERTIFICATIONS -- COMMERCIAL ITEMS. A completed copy must be submitted with the bid/offer; 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS; 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS to include the following applicable clauses: 52.203-6 Alt I -- Restrictions on Subcontractor Sales to the Government, 52.219-4 -- Notice of Price Evaluation for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), 52.219-8 -- Utilization of Small Business Concerns; 52.219-14 -- Limitations on Subcontracting, 52.222-21 -- Prohibition of Segregated Facilities, 52.222-26 -- Equal Opportunity; 52.222-35 -- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 -- Affirmative Action for Workers With Disabilities, 52.222-37 -- Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13 -- Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129, 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration, 52.247-64 -- Preference for Privately Owned U.S.-Flag Commercial Vessels. I; 52.232-15 -- Progress Payments not Included; 52.232-23 -- ASSIGNMENT OF CLAIMS; 52.233-1 -- DISPUTES; 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE; 252.204-7004 -- REQUIRED CENTRAL CONTRACTOR REGISTRATION; 252.212-7001 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS to include the following applicable clauses: 252.225-7001 -- Buy American Act and Balance of Payments Program, 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES, 252.225-7014 PREFERENCE FOR DOMESTIC SPECIALTY METALS, 252.243-7002 -- Certification of Requests for Equitable Adjustment, 252.247-7023 -- Transportation of Supplies by Sea; 252.243-7001; PRICING OF CONTRACT MODIFICATIONS; 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORTS. All clauses applicable to this solicitation may be accessed electronically at the following addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars. Quotes will be evaluated based on the following factors: technical, price and past performance. The technical area is significantly greater in importance than the price and past performance areas, which are of equal importance. Vendors shall submit a written quotation consisting of technical information and product literature and past performance information not exceeding (20) pages. The Technical Area will be evaluated for the proposed items' capability to meet all the requirements listed above as demonstrated by the written proposal to include any product literature. Past Performance -- the vendor shall submit three recent, relevant references demonstrating experience in providing this or a similar item. The Government will use this information to evaluate the quoter's past performance risk in delivering a quality and timely product. Past Performance information shall contain the company name, address, current point of contact, telephone number or current e-mail address. Pricing and representations and certifications shall be contained in the second volume of the quotation submission. Please submit an original and two copies of each volume. Price will be evaluated for price realism, fairness and reasonableness. Quotations shall be submitted to: U.S. Army Robert Morris Acquisition Center, Natick Contracting Division, Headquarters Building #1, ATTN: AMSSC-ACN-S, Mitchell L. Robinson, Contract Specialist, Kansas Street, Natick Ma 01760-5011.
- Web Link
- Click here to access the Federal Acquisition Regulation (http://farsite.hill.af.mil/)
- Record
- Loren Data Corp. 20010417/84SOL002.HTM (W-103 SN50J1S9)
| 84 - Clothing, Individual Equipment and Insignia Index
|
Issue Index |
Created on April 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|