The RFP Database
New business relationships start here

One Time Buy For Multiple Automated Tag Open Cup Flash Point Tester


Virginia, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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 SPE605-19-Q-0291 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 2005-101 dated 26 September 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

Scope of Contract:

CLIN 0001

Nomenclature: Automated Tag Open Cup Flash Point Tester

Unit of Issue: EA

Quantity: 0005

Description:

Instrument shall adhere to ASTM D92/ISO 2592/IP36. 

•           Accessory kit including all items needed to utilize and calibrate equipment must be included in the price and shipped with the equipment. 

•           Initial on-site installation/calibration/hands-on demonstration within two weeks of the equipment arrival.

•           The equipment shall include a one-year warranty.

•           Operating temperature: max. 10° to 35°C

•           Flash Point Measuring Range ambient temperature up to 400°

•           Built in fire extinguisher

•           Automatic Gas Ignition with flame monitoring. Test Method or user-defined Test Interval from 0.5 to 50

•           Built in barometric pressure sensor for automatic barometric pressure correction for the Flash Point Pressure units mbar, hPa, kPa, mmHg or Torr

•           Ethernet or RS232, used defined data string, automatic LIMS transf

•           Must accommodate 110/115 VAC, 50/60Hz/1100 watt 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 9.85" (wide) x 20.1" (deep) to accommodate available space. Height is unrestricted.

This is a brand name or equal requirement (Reference FAR 52.211-6) Reference MFG: PAC, Model: Optiflash Cleveland Open Cup Flash-tester

 CLIN 0002

Nomenclature: Shipping

Request third party priority shipping (FEDEX, USP, DHL, USPS, etc)

Description:

Shipping address will be:

FLC Jacksonville FL

Code 700, Fuel Dept.

8808 Somers Road, Bldg. 56

Jacksonville, FL 32226-2600

CLIN 0003

Nomenclature: Shipping

Description:  Puget Sound, WA

Shipping address will be:

Request third party priority shipping (FEDEX, USP, DHL, USPS, etc)

FLC Puget Sound

Manchester Fuel Department

7501 Beach Drive East

Port Orchard, WA 98366

CLIN 0004

Nomenclature: Shipping

Request third party priority shipping (FEDEX, USP, DHL, USPS, etc)

Description: Shipping address will be:

FLC San Diego

Petroleum Laboratory

199 Rosecrans St

Bldg 70A

Point Loma Annex

San Diego, CA 92106

CLIN 0005

Nomenclature: Shipping

Description: Request third party priority shipping (FEDEX, USP, DHL, USPS, etc)

Shipping address will be:

NAVSUP FLC Rota

Fuels Laboratory building 55

Rota, Cadiz, Spain 11530

CLIN 0006

Nomenclature: Shipping

Shipping address is:

DLA Energy Alaska

Petroleum Laboratory

BLDG 986 Warehouse Street

JBER-Richardson, AK 99506

Required delivery date is August 16, 2019

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), 19 July 2019; 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.


Luis Beza-Cay, Contracting Officer, Phone 8084734308, Email luis.beza-cay@dla.mil - Chihwei Liu, Contract Specialist, Phone 7037678398, Fax 7037679269, Email Chihwei.Liu@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP