Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2004 FBO #0866
SOLICITATION NOTICE

66 -- Wireless level

Notice Date
4/8/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
Reference-Number-04-821-4377
 
Response Due
4/27/2004
 
Archive Date
4/27/2004
 
Point of Contact
Jo-Lynn Davis, Contract Specialist, Phone 301-975-6337, Fax 301-975-6319,
 
E-Mail Address
jo-lynn.davis@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 01-21. 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 a differential level system primarily to measure geometric parameters of Coordinate Measuring Machines. The system is comprised of one (1) Wyler AG Leveltronic NT with remote display Levelmeter 2000 and level cable or equal. The resolution must be 0.2 arc seconds (or better). The set up requires that one modular level be fastened to the machine table surface, and the other be rigidly mounted on the moving element of the machine; the mounting setup requires that the modules be as small as possible, not to exceed four pounds in weight; the system must have wireless connections from the remote display to the two modules. A connection must be available from the remote display to a computer by RS232 or GPIB interface; this does not need to be wireless. All interested offerors shall provide a quote for the following line items, or a system with the functionality of the following: Line Item 0001: Quantity one (1) each Wyler AG Levelmeter with Radio Modules Part Number 54820-785 or equal. Line Item 0002 Quantity (1) each Leveltronic NT Part Number 54840-204 or equal. Line Item 0003 Quantity (1) Level Cable Part Number 54845-015 or equal. The Contractor must state the warranty coverage provided for all line items. Delivery shall be FOB Destination and shall be not later than 30 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 all line items 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, 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," and 2) Price. Technical and price shall be considered to be of equal value. Evaluation of Technical Capability will be based on the information provided in the quotation. 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, which 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: 52.211-6 Brand Name or Equal; 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: (13) 52.222-3 Convict Labor; (14) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (15) Prohibition of Segregated Facilities; (16) 52.222-26 Equal Opportunity; (18) 52.222-36 Affirmative Action for Workers with Disabilities; (21) 52.225-1, Buy American Act ? Program-Supplies; (24) 52.225-13 Restriction on Certain Foreign Purchases; and (29) 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 one (1) copy 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.acqnet.gov. All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Jo-Lynn Davis, 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 April 27, 2004. Faxed offers shall be accepted, however, all information must be included in the fax submission.
 
Place of Performance
Address: Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00562340-W 20040410/040408211757 (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.