Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2004 FBO #0991
SOLICITATION NOTICE

66 -- IDATECH ETAGEN5 OR EQUAL FUEL CELL TESTING SYSTEM

Notice Date
8/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component 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
SB1341-04-Q-0766
 
Response Due
8/23/2004
 
Archive Date
9/7/2004
 
Point of Contact
Myrsonia Palencia, Contract Specialist, Phone 301-975-8329, Fax 301-975-8884, - Joseph Widdup, Contract Specialist, Phone (301) 975-6324, Fax (301) 975-8884,
 
E-Mail Address
Myrsonia.Palencia@nist.gov, joseph.widdup@nist.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is being conducted on an unrestricted competitive basis. This solicitation seeks quotes for NEW equipment only; the Government will not consider quotes for refurbished equipment. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is SB1341-04-Q-0766; the solicitation is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 01-24. The North American Industrial Classification System (NAICS) code (see http://www.census.gov/epcd/www/naics.html) for this solicitation is 335999, and the size standard is 500 employees. MINIMUM REQUIREMENTS FOR THE SYSTEM BEING PROCURED: NIST requires a fuel cell system, IdaTech EtaGen 5, or equal, designed for cogeneration production of electricity and thermal power for residential applications. The system will be installed inside an environmental chamber as part of the NIST Residential Fuel Cell Test Facility and tested for the purpose of developing and validating a performance model for residential-scale fuel cell systems. The fuel cell will be measured at various environmental conditions, electrical load levels, and thermal load levels. The list of contract line item numbers, their descriptions, the related quantity of each, and the unit of measure of each for this solicitation are as follows: CLIN 0001, IdaTech EtaGen 5, or Equal; Quantity: 1; Unit of Measure, Each. 1. The system offered for CLIN 0001 must meet the following salient characteristics of the IdaTech EtaGen 5 for Brand Name or Equal Purposes: (1) Fuel cell system shall produce electricity through the electrochemical conversion of a hydrocarbon fuel a. Generation source of electrical power must be either a proton exchange membrane fuel cell or solid oxide fuel cell b. Generator must produce 60 Hz alternating current electricity (AC power) c. Full output power of at least 4 kW at 208 VAC or 120 VAC d. Electrical efficiency of fuel cell system must exceed 20% (2) Fuel source must be either natural gas or propane. (3) Fuel cell system must operate over wide temperature range with a minimum operating ambient temperature below 12?C and a maximum operating ambient temperature greater than 35?C. (4) Fuel cell system must have capability to supply thermal energy to a fluid stream. a. Fuel cell system must have the capacity to provide at least 5 kW of thermal power b. Fluid minimum inlet temperature shall be no greater than 18?C c. Fluid maximum flow rate shall be no less than 35 LPM (5) Fuel cell system must have the ability to automatically load-follow and electrical or thermal load as a part of its normal operating routine. CLIN 0002, Installation and Acceptance Testing of CLIN 0001 at NIST; Quantity: 1; Unit: Job. CLIN 0003, On-Site (at NIST) Training for Up to Three NIST Personnel for Normal Use of CLIN 0001; Quantity: 1; Unit: Job. The Offeror shall include, in their quotation, any additional equipment and/or software, with associated pricing, that would be required to efficiently operate all instruments features offered for CLIN 0001 if they are not explicitly stated in the specifications for Item No. 0001. DELIVERY SHALL BE F.O.B. DESTINATION to the National Institute of Standards and Technology (NIST), 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD 20899-0001. INSTALLATION AND ACCEPTANCE TESTING REQUIREMENTS FOR CLIN 0001 The Contractor must install CLIN 0001 and perform acceptance testing after the system is delivered to NIST. This acceptance testing shall occur within seven (7) days after the system is received by NIST Shipping and Receiving. The Contractor shall perform this installation and acceptance testing in the presence of the Contracting Officer?s Technical Representative (COTR). The COTR will indicate acceptance of the system ONLY IF ALL ACCEPTANCE CRITERIA SPECIFIED BELOW ARE MET, and the system is demonstrated to be fully operational and operates as intended by the original equipment manufacturer: a. Maximum power output within 5% of rated value b. Electrical efficiency at maximum power within 10% of rated value c. Continuous operation for at least 24 hours with change in electrical efficiency of less than 5% of original value The Contractor shall provide a remote monitoring system for NIST end user(s) of the system to have the availability to access the information from NIST?s Intranet of the fuel cell system?s performance including, for example: a. Electrical Power Output b. Electrical efficiency c. Fuel consumption d. Operating Temperature The provision at FAR 52.212-1, Instructions to Offerors?Commercial items, applies to this solicitation. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial items, applies to this acquisition. The aforementioned FAR provisions cited in FAR 52.212-5 apply to this solicitation: 52.219-8; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3; 52.225-13; 52.225-15; 52.232-33. The following additional clauses apply to this solicitation: 52.204-7 and 52.211-6, Brand Name of Equal. INSTRUCTIONS FOR RESPONDING TO THIS SOLICITATION: OFFERS WILL BE CONSIDERED FROM ORIGINAL EQUIPMENT MANUFACTURERS OR THEIR AUTHORIZED RESELLERS ONLY. (1) The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with its offer. This provision, as well as all other FAR clauses, is accessible on the Internet at: http://www.acqnet.gov/far under ?Current FAR? in either .html format or .pdf format. (2) The offer must include detailed specifications, drawings, and other relevant technical information for the offered system. (3) The Offeror must provide at least three (3), but preferably five (5), past performance references for SIMILAR contracts/orders completed within the past 3 years, to include the name of the customer organization, a named point of contact in that organization that is familiar with the contract/order from a technical or contractual standpoint, their phone number, their email address, their fax number, a brief technical description of what was sold to them and the date it was sold to them; (4) Offeror must indicate both duration of warranty AND nature of warranty offered for Item Number 0001 (the Government requires that the standard commercial warranty be offered for items being quoted for this solicitation; extended warranty may offered, and, if offered, it must be priced separately in the quotation); (5) DETAILED INFORMATION REGARDING HOW WARRANTY SERVICE WOULD BE PROVIDED, IF NECESSARY, BY THE CONTRACTOR AFTER AWARD, INCLUDING, AT A MINIMUM, RESPONSES TO THE FOLLOWING (A) THROUGH (D): (a) whether the item would have to be shipped by NIST to the Contractor or whether the Contractor would perform on-site (at NIST) warranty service; (b) If the item would have to be shipped to the contractor, the location(s) (city, state, country, etc.) to where it would have to be shipped for warranty service; (c) If the item would have to be shipped to the Contractor, who would pay for the shipping costs (NIST or the Contractor); and (d) Current availability and location(s) of spare/replacement parts for Item Number 0001; (6) Indication of maximum number of days, after receipt of order, that Item Number 0001 would be delivered to the NIST shipping and receiving dock; (7) List of what items and/or services that NIST would have to provide the Contractor during installation for the Contractor to complete the installation of CLIN 0001 (applies ONLY if the Offeror would not allow NIST to install the item in NIST?s lab); and (8) List of assumptions made, if applicable, by the Offeror in submitting the quote that relate to Contractor performance after award. EVALUATION FACTORS FOR AWARD Award will be made using Simplified Acquisition Procedures under FAR Subpart 13.5, Test Program for Certain Commercial Items. The provision at FAR 52.212-2, Evaluation?Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: (1) Technical acceptability of item offered, in terms of whether it meets or exceeds the minimum specifications for this solicitation; (2) Availability of spare/replacement parts; (3) Ease of obtaining timely warranty service for Item Number 0001; (4) Past performance information for the Offeror, and (5) Evaluated price. Non-price evaluation factors are equally important, and non-price evaluation factors, collectively, are significantly more important than evaluated price. QUESTIONS REGARDING THIS SOLICITATION MUST BE SENT BY EMAIL ONLY TO MYRSONIA.DIAZ@NIST.GOV. Any amendments to this solicitation will be posted at www.fedbizopps.gov only and will not be released by other means to potential Offerors. NOTE: PAYMENT FOR CLIN 0001 WILL ONLY BE MADE AFTER THE GOVERNMENT RECEIVES THE ENTIRE SYSTEM AND THEREAFTER ACCEPTS IT PURSUANT TO THE ACCEPTANCE TESTING REQUIREMENTS. THE CONTRACTOR MAY THEN SUBMIT A PROPER INVOICE FOR PAYMENT OF THE ITEM TO THE NIST ACCOUNTS PAYABLE OFFICE. (ADVANCE PAYMENTS WILL NOT BE MADE TO THE CONTRACTOR BEFORE NIST ACCEPTS THE EQUIPMENT.) OFFERS MUST BE SUBMITTED BY EMAIL ONLY IN .doc, .xls AND/OR .pdf FORMAT(S) TO MYRSONIA.DIAZ@NIST.GOV NO LATER THAN AUGUST 23, 2004 NO LATER THAN 12:00:00 P.M. EASTERN TIME. OFFER MUST BE RECEIVED AT THAT EMAIL ADDRESS NO LATER THAN 12:00:00 PM EASTERN TIME ON THAT DAY.
 
Record
SN00641238-W 20040813/040811211728 (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.