Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2002 FBO #0255
SOLICITATION NOTICE

66 -- Servo Controller System

Notice Date
8/12/2002
 
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-0647
 
Response Due
8/23/2002
 
Point of Contact
Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
carol.wood@nist.gov, Patrick.Staines@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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08.*** 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 responsible offerors may submit a quote.***The National Institute of Standards and Technology (NIST), Structures Division, has a requirement for a commercial, non-developmental, multi-channel servo controller capable of simultaneously driving seven hydraulic rams, to replace the current servo controllers, which have limited functionality, lack necessary safety interlocks, and have inadequate control loop circuitry.***All interested offerors shall provide a quote for the following line items: LINE ITEM 0001: Commercial, non-developmental Servo Controller System to upgrade the Tri-Direction Testing Facility. The servo controller system shall meet the specifications as stated in the RFQ attachment located at http://www.fedbizops.gov/ under solicitation number SB1341-02-Q-0647; LINE ITEM 0002: System Installation - The vendor shall include system start-up and checkout of the controller at the NIST facility. This installation shall include calibration of some load cells and LVDTs, while training NIST personnel on the calibration procedures used with the controller and software; LINE ITEM 0003: Training - The Contractor shall provide a minimum of two (2) days of on-site training in the operation of the controller and the associated software; LINE ITEM 0004: Documentation - A complete set of operation and maintenance manuals shall be provided with the system. Manuals in PDF format on CD are acceptable.***Delivery shall be FOB DESTINATION and shall be completed not later than 90 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.***The Contractor shall deliver the equipment to NIST, Shipping & Receiving, Building 301, 100 Bureau Drive, Gaithersburg, MD.***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, 3) Past Experience, and 4) Price. Technical, Past Performance, and Past Experience, when combined, are more important than price.***Evaluation of Technical Capability shall be based on the information provided in the quotation.***Offerors shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which addresses all specifications, and CLEARLY documents that the offered products meet or exceed the specifications stated in the attachment.***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. Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably.***Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing & installing comparable servo systems for the types of applications described herein.***Offerors shall provide a list of at least three (3) references to whom the SAME OR SIMILAR products have been provided. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; the date of delivery or the date services were completed; and a list of deliverables for each contract.***The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.219-22 Small Disadvantaged Business Status. 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (2) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its' offer); (5) 52.219-8 Utilization of Small Business Concerns; (8) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its' offer); (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; (19) 52.225-3, Buy American Act - North American Free Trade Agreement-Israeli Trade Act; (21) 52.225-13 Restriction on Certain Foreign Purchases; and (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.***All offerors shall submit the following: 1) An original and two (2) copies of a quotation which addresses all line items; 2) Two (2) copies of the technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the following provisions: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-3 Offeror Representations and Certifications-Commercial Items; and 52.219-22 Small Disadvantaged Business Status. All provisions may be downloaded at www.arnet.gov/far.***All offers shall 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.***All offerors shall ensure the RFQ number is visible on the outermost packaging.***Submission shall be received by 3:00 p.m. local time on August 23, 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
SN00138337-W 20020814/020812213159 (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.