Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2002 FBO #0182
SOLICITATION NOTICE

66 -- Pendant Drop Tensiometer

Notice Date
5/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-02-Q-0506
 
Response Due
6/12/2002
 
Archive Date
6/27/2002
 
Point of Contact
Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884, - Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884,
 
E-Mail Address
carol.wood@nist.gov, tamara.grinspon@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07.***The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested offerors may submit a quote.***The National Institute of Standards and Technology (NIST), Polymers Division, has a requirement for a Pendant Drop Tensiometer for measuring interfacial tension.***All responsible offerors shall provide a quote for the following line item: LINE ITEM 0001: Quantity one (1) each Pendant Drop Tensiometer meeting all of the following required specifications: (A) COMPUTER CONTROLLED SYRINGE PUMP: 50 uL, 100 uL and 500 uL syringes; Linear ramp volume change; Constant rate flow rates: from 10 to 0.001 uL/s; Oscillatory mode, amplitude and frequency +/-0.1 ? 5uL, 1-0.0001 Hz; Sinusoidal, saw toothed, or crenellated variation; Syringe will fit in a heated sample pressure cell; Curved and straight needles, 20 gauge, 2 each. (B) IMAGING SYSTEM: Video frame grabber for use in a Windows-based PC; Monochrome 8 bit CCD camera (512 x 512 pixels minimum, or 1024 X 1024 pixels preferred; please quote both options); Adjustable shutter, gain and offset; Video frame grabber in computer, storing up to 25 images per second, images initially stored in RAM and transferred periodically and automatically to the hard disk. Image acquisition may be suspended briefly when writing to the hard disk. The maximum number of images is limited only by the hard disk capacity; Two fixed magnification telecentric lenses. Magnifications will be chosen consistent with the size of the CCD chip. For example, for a 1 cm chip, appropriate magnifications are: 2x and 5x; Diffuse constant intensity light source; Adjustable aperture to adjust size of source; 1.000 mm diameter calibration sphere and plumb line. (C) IMAGE ANALYSIS SYSTEM: Measures drop area and volume; Measures interfacial tension with a calculation algorithm accurate to +/-0.025 mN/m at a Bond number =0.2 at rates up to 12 measurements/second. (D) SOFTWARE: Controls syringe pump; Measures interfacial tension through the image analysis system (described above); Exports images in bitmap or tif format; Fourier analysis of oscillatory tension data to measure interfacial viscoelastic moduli; Curve fitting and analysis, using either exponential or square root relaxation models; Export data in Excel or ASCII format. (E) STAND FOR MOUNTING SYSTEM COMPONENTS: Adjustable sample chamber position; Adjustable syringe position and verticality; Adjustable camera position for focusing. (F) THERMOSTAT SAMPLE CHAMBER: Temperature up to 200 degrees C, controlled to +/-1 degree C stability and uniformity throughout the interior volume of the sample chamber; N2 pressure up to 15 bar; Pressure ratings for temperatures from 20 to 200 degrees C; 2 windows for transmitting light through the chamber, for illuminating and imaging the drop; A tube design in which the inner diameter of the chamber is at least 25 mm and no more than 50 mm; 2 sample cuvettes (8 x 12 x 35 mm, external size). One of these should be able to be inserted into and removed from the chamber easily (in approximately 5 minutes). The cuvette will be held within the chamber by a removable supporting mechanism whose direct thermal conductance to the chamber walls is less than 2 Watts/(degree C). DELIVERY SHALL BE FOB DESTINATION and be completed not later than 60 days after receipt of the order.***The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.***Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are significantly more important than price.***Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the make and model of the product, manufacturer sales literature or other product literature which clearly documents that the offered products meet or exceed the specifications stated above. In addition, offerors may be required to demonstrate the capability of their equipment through an on-site demonstration at NIST prior to the award of this simplified acquisition.***Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information provided by NIST or its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. Past performance will be evaluated to determine the overall quality of the product and service provided by the offeror.***The following provisions and clauses apply to this acquisition: PROVISIONS: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. CLAUSES: 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, including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (18) 52.225-3 Buy American Act ? North American Free Trade Agreement?Israeli Trade Act?Balance of Payments Program; (21) Restrictions on Certain Foreign Purchases (E.O 12722, 12724, 13059, 13067, 13121, and 13129); (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm.***All offerors shall submit the following: 1) Two (2) copies of a quotation which addresses Line Item 0001; 2) Two copies of the technical description and/or product literature which CLEARLY DOCUMENTS the product meets or exceeds the specifications stated above; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. ***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Carol A. Wood, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571.***Submission must be received by 3:00 p.m. local time on June 12, 2002. FAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00085877-W 20020602/020531213147 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.