Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2003 FBO #0525
SOLICITATION NOTICE

66 -- Modulated Differential Scanning Calorimeter

Notice Date
5/6/2003
 
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
SB1341-03-Q-0383
 
Response Due
5/20/2003
 
Archive Date
6/4/2003
 
Point of Contact
Erin Hawley, Contract Specialist, Phone 301-975-6304, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
Erin.Hawley@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 2001-13. 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 parties may submit a quote. The National Institute of Standards and Technology (NIST), has a requirement for one (1) each Modulated Differential Scanning Calorimeter, sample press, refrigerated cooling system, installation and training, twelve (12) Port Ethernet Communications Hub, and two (2) year onsite warranty. All interested Parties shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each DSC Performance Must Meet or Exceed the Following: a. Temperature accuracy must be greater than or equal to ?0.1?C. b. Temperature precision must be greater than or equal to ?0.05?C. c. Calorimetric precision must be greater than or equal to ?1%. d. Calorimetric sensitivity must be greater than or equal to 0.2mW. e. Baseline curvature from ?50?C to 300?C must not exceed 10mW. f. Baseline noise (peak max to peak max) must be less than 1mW. g. Must have a dynamic range of ?500 mW. h. Must have a time constant, i.e. time to recover 67 % back to baseline after the peak of the meal of a 5 mg indium sample at 20 ?C, of less than or equal to 1s. i. Sensitivity of a 1 mg indium standard at 10?C/min for peak height of 8.8mW and resolution of peak width at half height of 0.20?C. DSC Instrumentation must be of the Heat Flux design where sample and reference are measured in the same furnace on separate stages. Purge gas must be pre-heated prior to entering the sample chamber and must sweep across the sample. DSC must include a form of temperature modulated DSC with the following attributes: a. Applies a sinusoidal temperature wave to the sample with amplitude ranging from +/- 0.01 ?C to 3 ?C with a frequency period ranging from 10 to 200 seconds. b. Ability to measure thermal conductivity of insulators with no hardware modifications to DSC. c. Heat capacity measurements must not require a prior baseline scan that has to be subtracted from the sample pan for quantitative data. d. Real-time signals are continuous from a sinusoidal heating rate and not from temperature ramps with isothermals. e. Must be able to view real-time during the experiment, the samples Total Heat Flow, Total Heat Capacity, Reversing Heat Capacity, Reversing Heat Flow, Non Reversing Heat Flow, Modulated Temperature, Modulated Heat Flow, Reference Sine Angle, Temperature Amplitude, and Heat Flow amplitude. DSC must include dual digital mass flow control with flow rates programmable within the operating software, and gas switching must be automatic during an experiment. DSC must have up to five points for temperature calibration. DSC must employ a heat-flow equation of no less than four terms. Within this equation the following must be directly measured and incorporated: measured heat flow, thermal resistance imbalance, thermal capacitance imbalance, and heating rate imbalance. DSC must be capable of measuring heat capacity directly, from one experimental run. LINE ITEM 0002: Quantity one (1) each robotic autosampler with the following characteristics: a. Must be able to load no less than 50 sample pans and no less than five reference pans in one tray. b. Must accommodate (at the minimum) standard, hermetic, open, and high-volume DSC sample pans. c. Sample must employ auto-lid device, which removes all coverings from the DSC sensor with a mechanism independent of the sample loading mechanism. d. Must employ a mechanical finger-type gripper and not a suction device. e. Must incorporated redundant optical and electrical pan sensing for maximum reliability. f. Must not require regular lubrication. LINE ITEM 0003: Quantity one (1) each Refrigerated Cooling System DSC must come equipped with a mechanical cooler capable of providing a temperature range for the DSC of ?90?C to 600?C. LINE ITEM 0004: Quantity one (1) each Thermal Analysis Software and Computer DSC Control System and Software must have the following characteristics: a. Data files must contain measured sample temperature, not the calculated temperature. b. DSC must have the ability to modify a run in progress, including the ability to add segments to an active run. c. Software must have the ability to run kinetic software using three models: isothermal, Borchardt & Daniels, and ASTM E698. d. Analysis software must not be keyed and can be installed on Windows 98/NT/2000 computers. e. Computer must include the Windows 2000 operating system and must meet or exceed the following criteria: Pentium 4 1.8 GHz processor, 256 MB of RAM, 40x CD-ROM drive, 20x CD Writer drive, and a 40 GB hard drive. LINE ITEM 0005: Quantity one (1) each installation and training according to ISO 9000 procedure with calibration of DSC. LINE ITEM 0006: Quantity one (1) 12 port Ethernet Communications Hub with Ethernet Cable LINE ITEM 0007: Quantity one (1) two year warranty DELIVERY SHALL BE FOB DESTINATION. 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 Party 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, which will be evaluated by reference checks and/or the quoting party?s recent and relevant past performance on contracts with NIST or its affiliates regarding that the quoting party has a demonstrated record of delivering commercially available items on time and within a reasonable time frame, and has also been responsive to Government inquiries, and cooperative in effectively solving unforeseen problems; 3) previous experience in developing equipment that meets similar requirements which will be evaluated by the following: What has the quoting party done in the past 3-5 years? How many times did this party construct or provide calorimeters of this sort? And how is the experience relevant to calorimeters; and 4) Price. Evaluation factors 1, 2, and 3, when combined, are more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature that clearly documents that the offered products meet or exceed the specifications stated above. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10). Interested Parties 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. 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns; (5) 52.219-8, Utilization of Small Business Concerns; 52.212-4, Contract Terms and Conditions?Commercial Items; (8) 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 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; (19) (i) 52.225-3, Buy American Act?North American Free Trade Agreement?Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note); (21) 52.225-13, Restrictions on Certain Foreign Purchases; (24) 52.232-34, Payment by Electronic Funds Transfer?Other than 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 Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) 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 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: Erin M. Hawley, Building 301, Room B175, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Submission must be received by 3:00 p.m. local time on May 20. FAXED QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: NIST, Building 301 Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00318658-W 20030508/030506213201 (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.