Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
SOLICITATION NOTICE

66 -- Fully Automated 400 Amp DC Current Comparator Resistance Ratio Measurement System

Notice Date
7/8/2003
 
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-0650
 
Response Due
7/22/2003
 
Archive Date
8/6/2003
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
joni.laster@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 UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS.*** This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, This acquisition is unrestricted and all responsible parties may submit a quote.***The National Institute of Standards and Technology (NIST) Electricity Division has a requirement for a Fully Automated 400 Amp DC Current Comparator Resistance Ratio Measurement System. The Direct Current Comparator (DCC) measurement method is required because NIST calibration is based on this measurement technique. This measurement method is used to compare resistance standards with values at or below 10000 ohms.***All interested parties shall provide a quote for the following line item: Line Item 0001: Fully Automated DC Current Comparator Resistance Ratio Measurement System meeting or exceeding the following required specifications: (1) System shall be capable of automatic DCC resistance ratio comparisons from 0.000001-to-1 up to 13-to-1, to within the uncertainties as stated in specification #5; (2) System shall include an automated low-thermal scanner system with approximately 20-4 terminal inputs and 2-4 terminal outputs. The inputs are selected using a computer-controlled software interface. The thermoelectric voltage (thermal EMF) generated in the inputs and outputs of this scanner system shall be no more than 50 nanovolts, and the differential error contribution from thermal EMFs shall be less than 20 nanovolts. The scanner system shall be able to carry and switch up to 30 amps on the input side. The scanner relays shall have an expected lifetime of approximately 100,000,000 (108) operations; (3) The DCC Resistance Ratio Measurement System shall have automatic DC current reversal capability to support measurements over the system's entire current range (up to 400A) with variable time between reversals of 4 seconds (minimum) to 1000 seconds (maximum). The time during current reversal when the measurement current is interrupted shall be as short as possible for all current ranges, so as to reduce the uncertainty due to power dissipation level; (4) The insulation resistance in the measurement circuits (scanner, reversing circuits and, DCC) shall be greater than 100000 megohms (1011 ohms); (5) The DCC system shall be capable of repeatability and total uncertainty of 2 parts-per-million at 0.01 milliohm, 1 part-per-million at 1 milliohm, 0.5 parts-per-million at 0.01 ohm, 0.1 parts-per-million between 0.1 ohm and 1 ohm and, 0.05 parts-per-million between 1 ohm and 10 kiloohm and (6) The system shall be supplied complete and fully operational with all cabling, racks, control hardware and operating software. ***Delivery shall be FOB Destination and shall be completed not later than 90 days after receipt of an order. FOB Destination means 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 will be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical Capability and Past Performance when combined will be more important than price.***Past Performance and price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability evaluation factor.***Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the required specifications. ***Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b)(10) and/or the quoters recent and relevant procurement history with NIST or its affiliates. Offerors shall provide a list of at least three (3) references to which the same or similar equipment has been provided. 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 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: 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 HUB Zone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its' offer); (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); (13) 52.222-3, Convict Labor; (14) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act; (24) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (30) 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 Line Item 0001; 2) Two (2) originals of technical description and/or product literature; 3) Description of commercial warranty; 4) A copy of the most recent published price list(s); and 5) One (1) completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.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. Offerors shall ensure the RFQ number is visible on the outermost packaging. ***Submission must be received by 3:00 p.m. local time on July 22, 2003.***FAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, Md.
Zip Code: 20899
Country: USA
 
Record
SN00366044-W 20030710/030708213511 (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.