Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2003 FBO #0498
SOLICITATION NOTICE

66 -- Variable Sample Temperature Control System

Notice Date
4/10/2003
 
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
NA1341-03-Q-0349
 
Archive Date
6/3/2003
 
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 through Federal Acquisition Circular (FAC) 2001-12. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334414 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested offerors may submit a quote. ***This is a brand name or equal procurement. Brand name or equal description is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency requirement. ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) Bruker Biospin Variable Sample Temperature Control System or equivalent. ***All interested offerors shall provide a quote for the following line item: Line Item 0001: Quantity One (1) System consisting of the following Bruker Biospin Components or equivalent: (1) one E-033S Digital Field Frequency Soft-Lock, (1) one E-036TM Nuclear Magnetic Resonance Teslameter, (1) one ER 4112HV liquid helium variable temperature system 77/4-Degree, Auto Transfer Line, Cernox External Sensor, (1) one ER 4112HV-CL10, 4-Degree. Helium Cryostat Clamp for 10" magnet and (1) one ER 4112HV-P hi-vac pump package for 4-Degree Systems. The variable sample temperature control system shall include the following salient characteristics: (1) shall be readily compatible with a Bruker Biospin ElexSys 500 EPR and interface directly to the ElexSys 500 EPR computer software; (2) accessible temperature range of 3.8 to 300K; (3) 10 mm outer diameter quartz sample holder (to fit into the ElexSys 500 resonance cavity); (4) low-loss gas shielded transfer tube; (5) continuous flow of coolant, manual control of coolant flow, automation, and include any necessary pump systems to control flow; (6) digital controller unit, thermosensor close to the sample position to control temperature, and full remote control; (7) sample exchange at any temperature; (8) digital field frequency lock to compensate for microwave frequency drifts due to thermal expansion of the resonance cavity (g-factor stable environment), and computer controlled interface to the ElexSys 500 and (9) teslameter probe adjacent to the resonance cavity to measure inhomogeneous fields down to 10-4mT, and interchangeable probes to search and track the field over a wide range. ***The Contractor shall state the warranty coverage provided for line item 0001. ***Delivery shall be FOB Destination and shall be no later than 120 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 (FOB DESTINATION). 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 & price considered. The Government will evaluate information in accordance with Federal Acquisition Regulation (FAR) 13.106-2-Evaluation of quotations based on the following: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical capability & past performance 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 offerors recent and relevant procurement history with NIST or it's affiliates. ***Offerors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product(s) meet or exceed the specifications stated above and meet the needs of the Government in essentially the same manner as the brand name. ***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; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (16) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (19) (i) 52-225-3, Buy American Act - North American Free Trade Agreement-Israeli Trade Act; (21) 52.225-13 Restriction on Certain Foreign Purchases and (25) 52.232-34, Payment by Electronic Funds Transfer-Other than 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 the 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 shall be received by 3:00 p.m. local time on May 19, 2003. Faxed/Electronic quotes will not be accepted.
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: USA
 
Record
SN00300643-W 20030412/030410213419 (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.