Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2002 FBO #0279
SOLICITATION NOTICE

66 -- Portal Monitor System

Notice Date
9/5/2002
 
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
NA1341-02-Q-0750
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
joni.laster@nist.gov, carol.wood@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 in the Federal Acquisition Circular (FAC) 2001-09 dated August 30, 2002. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested contractors may submit a quote. ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) Portal Monitor System to be used in the NIST Radioactivity Group for radiation monitoring and for development of standards. ***All interested offerors shall provide a quote for the following: Line item 0001: Quantity one (1) each Portal Monitoring System meeting all of the following required specifications: 1. Two (2) 1000 x 500 x 50 mm (25 liters) plastic scintillators, one (1) working as master and the other as slave; 2. The scintillators shall have a 10mm thick lead shielding on the back; 3. Each scintillator must have 4 neutron detectors 3He 1000 mm x 25 mm; 4. The system needs PM, processing electronics, 230 V AC power supply, audible and visible alarms, release switch and key. I/O RS 232 connector with 2.90m cable and windows software. 5. The system shall have a remote alarm box for four (4) to six (6) beacons that includes six (6) green lights for good operation, six (6) orange lights for beacon failure, six (6) red lights for alarm, one (1) audible alarm, and one (1) release switch and key; 6. The system shall have a presence detector with infrared reflecting cell; 7. Cable for main power supply; 8. Metal stands for mounting the detectors and, 9. Shall be ISO9001 compliant and ITRAP certified by IAEA. Line Item 0002: Quantity, 1 Job, On-Site Installation. ***The Contractor shall state the warranty coverage for all line items. ***Delivery shall be FOB Destination and shall be no later than 90 days after receipt of 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 any 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ***Award shall be made to the offeror whose quote offers the best value to the Government, technical, past performance/experience & price will be 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 capability, past performance and past experience shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Past Performance will be evaluated to determine the overall quality of the product & service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its' affiliates and Past Experience will be evaluated to determine the offerors experience in mounting and using the neutron detectors in combination with the plastic scintillators. The neutron detectors mush have been tested to work as a unit with the scintillators. ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***The following clauses apply to this acquisition: 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 - Balance of Payment Program-Supplies; (21) 52.225-13 Restriction on Certain Foreign Purchases ; (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 QUOTERS SHALL SUBMIT THE FOLLOWING: 1) AN ORIGINAL AND ONE (1) COPY OF A QUOTATION WHICH ADDRESSES ALL LINE ITEMS; 2) TWO (2) COPIES OF TECHNICAL DESCRIPTION AND/OR PRODUCT LITERATURE; 3) DESCRIPTION OF COMMERCIAL WARRANTY; 4) TWO (2) COPIES OF THE MOST RECENT PUBLISHED PRICE LIST(S); 5) A LIST OF THREE (3) CONTRACTS/PURCHASE ORDERS COMPLETED DURING THE PAST THREE YEARS FOR SIMILAR REQUIREMENTS WITH THE FOLLOWING INFORMATION: NAME OF CONTRACTING ACTIVITY, CONTRACT NUMBER, CONTRACT TYPE, TOTAL CONTRACT VALUE, CONTRACTING OFFICE AND TELEPHONE NUMBER, AND PROGRAM MANAGER AND TELEPHONE NUMBER; AND 6) 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: Joni L. Laster, 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 SEPTEMBER 12, 2002. FAXED AND E-MAIL QUOTES WILL NOT BE ACCEPTED. ANY QUESTIONS/CONCERNS REGARDING THIS NOTICE SHOULD BE FORWARDED, IN WRITING VIA E-MAIL TO THE CONTRACTING OFFICER (JONI LASTER) AT JONI.LASTER@NIST.GOV.***
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, Maryland
Zip Code: 20899
Country: USA
 
Record
SN00158315-W 20020907/020905213252 (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  © 1994-2020, Loren Data Corp.