Federal Bid

Last Updated on 08 May 2009 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Concrete Thickness Guage

Solicitation ID F4AB009089A001
Posted Date 15 Apr 2009 at 9 PM
Archive Date 08 May 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4819 325th Contracing Sq Pkp
Agency Department Of Defense
Location United states

This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. This solicitation is 100% small business set-aside and all responsible offers will be accepted. The solicitation reference number is F4AB089A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-32. The North American Industry Classification System Code (NAICS) is 334519. Small business size standard is 500 employees. The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant purchase order.

DESCRIPTION: Concrete Thickness Gauge (Quantity 1) used to measure the thickness of concrete pavements from 5 to 24 inches.

SPECIFICATIONS:
- Handheld, portable, and battery-powered with a battery run time of 6 hours
- Encompass a display that can be read in direct sunlight
- Provide for calibration on concrete slabs of known thickness
- Have the following data sampling characteristics for impact echo:
a. Sampling Rate ≥ 45,600 samples/second
b. Maximum Signal Frequency ≥ 22,800 Hz
c. Frequency Resolution ≥ 44.5 Hz
d. Number of Samples Acquired Per Test ≥ 256
e. Maximum Number of Tests Stored ≥ 300
- Processing time less than 5 sec per test
- Support downloading of thickness data into Microsoft Excel 2007
- Supported by Windows-based software for analysis of impact echo flaw and surface wave velocity analysis
- Support spectral analysis of surface waves (SASW) measurements with the following sampling characteristics:
a. Sampling Rate (for 1 impact only per test) ≥ 45,600 samples/second (2 channels)
b. Maximum Signal Frequency ≥ 22,800 Hz per channel
c. Frequency Resolution ≥ 44.5 Hz (high resolution)
d. Measurable Velocity Range (P-Wave) between 9,000 and 16,000 feet per second
Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product.

Quotes shall be marked with the Request for Quotation Number, date and time. Facsimile and electronic mail proposals will be accepted. Mail quotes to 325th Contracting Squadron/LGCB ATTB: 2 Lt Brett O. Barnes, 501 Illinois Ave, Ste 5, Tyndall AFB, FL 32403-5526. Faxed quotes must be in accordance with FAR 52.214-31, Facsimile Bids (Dec 1989) to ATTN: 2 Lt Brett O. Barnes at (850) 283-8491. Quotes submitted electronically should be sent to [email protected]. Prospective offers are due no later than 12:00 PM Central Time, 23 April 2009. Anticipated award date is shortly after receipt of quotes. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation.

Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423.

The following FAR/DFAR provisions/clauses apply to this acquisition:
52.204-7 - Central Contractor Registration
52.212-4 - Contract Terms and Conditions-Commercial Items
52.212-5 (Deviation) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.212-2 - Evaluation, Commercial Items
52.219-6 - Notice of Total Small Business Set-Aside
52.219-28 - Post Award Small Business Program Representation
52.222-3 - Convict Labor
52.222-19 - Child Labor - Cooperation with Authorities and Remedies
52.222-21 - Prohibition of Segregated Facilities
52.222-26 - Equal Opportunity
52.222-50 - Combating Trafficking in Persons
52.232-33 - Payment by Electronic Funds Transfer-CCR
52.233-3 - Protest After Award
52.233-4 - Applicable Law for Breach of Contract Claim
52.247-34 - F.O.B. Destination
52.252-2 - Clauses Incorporated by Reference
52.252-6 - Authorized Deviations In Clauses
252.204-7004 Alt A - Central Contractor Registration
252.212-7001 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
52.225-7001 - Buy American Act and Balance of Payment Program
252.225-7002 - Qualifying Country Sources as Subcontractors
252.232-7003 - Electronic Submission of Invoices
5352.201-9101 - Ombudsman

 

Bid Protests Not Available