Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2004 FBO #1006
SOLICITATION NOTICE

66 -- AUTOMATIC SHEET FORMING MACHINE

Notice Date
8/26/2004
 
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
SB1341-04-Q-0929
 
Response Due
9/9/2004
 
Archive Date
9/24/2004
 
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
 
Small Business Set-Aside
Total Small Business
 
Description
SUBJECT: AUTOMATIC SHEET FORMING MACHINE 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 a competitive small business set-aside basis among (a) original equipment manufactures that are small under NAICS 334516 and manufacture the required system in the USA or its outlying areas and (b) authorized resellers that are small under NAICS 334516 that sell systems manufactured in the USA or its outlying areas by one or more US-based small businesses. 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-0929; the solicitation is issued as a Request for Quotation (RFQ). 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 334516 and the size standard is 500 employees. 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, Automatic Sheet Former Machine; Quantity: 1; Unit of Measure, Each. 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 (3) NIST Personnel for Normal Use of CLIN 0001 After CLIN 0001 is Accepted; Quantity: 1; Unit: Job. MINIMUM REQUIREMENTS CLIN 0001: Automatic Sheet Former Machine The system offered must meet or exceed the following specifications. 1. Paper sheet forming capacities a. paper sheet size of 30 cm X 30 cm (12" X 12") b. dry paper batch size of 40lbs 2. Paper sheet forming equipment construction a. Sheet forming equipment to be mounted on three separate assemblies constructed of structural stainless steel and equipped with casters for portability and screw type leveling feet at each corner. b. Each assembly sized to fit through a 52" wide by 81" high doorway c. First portable assembly to contain: i. deckle board mixing chamber/wire mold where the mixing chamber is constructed of clear acrylic with a capacity of 10 L (2.6+ gallons) and the components sized to form a 30 cm X 30 cm (12" X 12") paper sheet ii. couching device iii. transfer system iv. high pressure, high temperature dryer with variable speed motor providing speeds up to 200 cm/min and capable of drying 4 sheets/min (30 cm X 30 cm sheets) v. product collection tray vi. whitewater collection tank vii. fluid delivery systems viii. power distribution system for other assemblies d. Second portable assembly to contain 8 individual chemical/dye addition systems. i. Each system sized to provide chemicals for manufacturing 40 lb of dry paper sheets and equipped with mixers and pumps for delivering and metering the chemicals to the mixing chamber. ii. Chemical meter pumps designed to add from 0 to 5 ml of chemicals with ? 1 % accuracy. e. third portable assembly to contain 3 pulp mixing tanks i. each mixing tank to be 200 L (50 gallons) capacity ii. each tank equipped with mixing equipment, pumps and controls iii. each pump capable of delivering 0 to 3.5 L of pulp with ? 1 % accuracy. 3. Tubing and fittings to connect the system components 4. A software program designed to run on the Windows 2000 OS that: a. controls the sheet forming equipment b. provides operator interaction through a set of menus c. is designed to be customized and adaptable to future needs 5. A personal computer (PC) system with monitors that: a. has sufficient memory and operating speed to run software effectively b. has the Windows 2000 professional or XP professional OS c. has sufficient hardware interfaces to run the sheet forming equipment and to connect to a printer d. designed to operate on 120 VAC 60 Hz, single phase electrical supply 6. The sheet forming equipment is to be designed to connect to 220 VAC, 3 phases, 60 Hz at 30 amps electrical power. CLIN 0002: INSTALLATION AND ACCEPTANCE TESTING REQUIREMENTS FOR CLIN 0001; Quantity: 1; Unit: Job. The Contractor must 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 will be required to ship the system directly to the NIST shipping and receiving location specified in the order; NIST shipping and receiving will re-deliver it to its intended installation location.) The Contractor shall demonstrate, during this acceptance testing, that the CLIN 0001 solution performs as intended by the original equipment manufacturer and meets all minimum specifications noted herein. CLIN 00003: On-Site (at NIST) Training for up to three (3) NIST Personnel for Normal Use of CLIN 0001; Quantity: 1; Unit: Job. The training shall be done at NIST. Exact location will be determined after award. The training shall cover the use control software and the sheet forming equipment operation and maintenance. Training must occur within thirty days after CLIN 0001 is accepted. Exact date and time for training will be mutually agreed between the Contractor and the COTR. The Offeror shall include, in the quotation, any additional equipment or software, with associated pricing, that would be required to efficiently operate all instruments features specified in this document if they are not standard equipment or not explicitly stated in the specifications. PRICING FOR CLIN 0001 SHALL BE F.O.B. DESTINATION to the National Institute of Standard and Technology (NIST), 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD 20899-0001. 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: 52.219-6; 52.219-8; 52.219-14; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.225-15; 52.232-33. The following additional clause applies to this solicitation: 52.204-7. INSTRUCTIONS FOR RESPONDING TO THIS SOLICITATION: OFFERS WILL BE CONSIDERED FROM ORIGINAL EQUIPMENT MANUFACTURERS OR THEIR AUTHORIZED RESELLERS ONLY. (1) The offer 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 for CLIN 0001. The specifications must show/specify the following: (a) An automated sheet former that manufactures paper sheets that conform to pre-selected physical and chemical requirements determined by equipment operator. (b) The equipment shall consist of a deckle board/mixing chamber; wire mold; couching arm; transfer wire; high pressure-high temperature dryer; product collection tray; (3) pulp mixing tanks; a white water collection tank; pH control system; (6) chemical/dye addition units; a Windows based software for formulating, and controlling all functions of the machine in sheet manufacturing and personal computer with monitor, necessary cables and ports to facilitate the control of the process and print results. (c) Except for the computer and monitor, all equipment of the former shall fit on two portable carts sized to fit through a doorway 52" wide by 81" high. (2) The Offeror must provide past performance references (preferably three or more) for SIMILAR system sold and delivered to other Customers within the past 3 years. Offeror must provide one, and preferably two (2), names, phone numbers, company names and addresses, and dates delivered for similar systems for each reference provided. (3) The 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); (4) The offeror must provide 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. PRICING FOR ITEM NO. 0001 SHALL BE F.O.B. DESTINATION to the National Institute of Standard and Technology (NIST), 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD 20899-0001. 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) Past performance information for the Offeror; (3) Duration and nature of warranty offered; (4) Ease of obtaining timely warranty service for Item Number 0001; (5) Availability of spare/replacement parts; and (6) 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. NOTE: PAYMENT FOR CLIN 0001 AND CLIN 0002 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 .
 
Record
SN00655232-W 20040828/040827093444 (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.