Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOLICITATION NOTICE

66 -- SMOKE TEST CHAMBER

Notice Date
8/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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-0932
 
Response Due
9/13/2004
 
Archive Date
9/28/2004
 
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). This solicitation is being conducted on an unrestricted competitive basis. The Solicitation Number is SB1341-04-Q-0932. The solicitation document and incorporated provisions 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 334515, and the size standard is 500 employees. A smoke density chamber was developed at the National Bureau of Standards to measure smoke emission from burning or smoldering materials. Smoke Density Standards, including ASTM E662, ASTM F814, and NFPA 258, have incorporated smoke density chambers as an integral component of standard testing. This E662 Smoke Box has been modified to meet several international standard test protocols including ISO 5659 and IMO test standards. The modifications for international standard test protocols include the addition of a conical heater to expose horizontal samples to up to 50 kW per square meter thermal fluxes and a load cell to monitor the mass loss rate of a test specimen. In the initial phase of this project, the thermal decomposition of plastics will require the conical heater and load cell equipped smoke box. Additional work that will follow the thermal decomposition of plastics will require a Smoke Box that meets ASTM E662, ASTM F814, and NFPA 258 standards. NOTE: The Government requires new equipment only; the Government will not consider quotes for refurbished equipment. Offers will be considered from original equipment manufacturers or their authorized resellers only. Quotes are requested for the following Contract Line Item Numbers (CLIN): CLIN 0001: Smoke Test Chamber; Quantity of 1; Unit: Each. CLIN 0002: Acceptance Testing for CLIN 0001, Quantity of 1; Unit: Job. Acceptance testing shall be performed by NIST personnel beginning within seven (7) days after the system is received by NIST Shipping and Receiving. The COTR will accept the system after it is demonstrated to operate as intended by the original equipment manufacturer and to meet all minimum specifications stated herein. Each offered system for CLIN 0001 shall meet or exceed the following MINIMUM REQUIREMENTS: 1. Meet the requirements for ISO 5659 Part 2, ASTM E-1995, and NFPA 270, and IMO fire test procedures for burning horizontal plastic specimens. 2. Instrumentation for smoke density and temperature are included. Photo detector based photometric system and light source are included. Density and temperature data available in either analog or digital format for ease of acquisition using separate computer data acquisition system. Separate computer system/printer/monitor not included in this purchase. 3. Ports through chamber walls to allow for gas sampling. Gas analyzers not included in this purchase. 4. Conical heater to provide thermal heat fluxes up to 50 kW/ square meter uniformly across a horizontally positioned sample. 5. Pilot burner with spark ignition and specimen holder is included. Pilot flame will burn either propane or methane gas. 6. Load cell positioned under sample holder shall continuously monitor mass loss rate during each test. Mass data must available in either analog or digital. No computer system required for this solicitation. 7. Access door of at least 22 inches x 24 inches to provide easy positioning of test specimens. 8. Blow-out panel to prevent over pressurization of chamber. Panel must provide quick response to over pressures and be user replaceable. 9. Chamber walls must be equipped with separate heaters to allow for pre-heating of the chamber. 10. Provide software program to reduce and display data in engineering units. The software must run and be compatible with Microsoft Windows. Data reduction software, display programs, and any additional driver software specific to this smoke box shall be included on the offer. 11. Smoke Chamber design must allow chamber to be adapted to include a specimen holder and vertical heater element/propane burner in order to meet the requirements for ASTM E662, ASTM F814, and NFPA 258 test protocols. The installation of components to meet E662, F814, and NFPA 258 shall not required welding or machining of chamber by COTR. 12. System shall operate on 110 to 120 volts / 50-60 Hz electrical power. 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. 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: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3 ALTERNATE I; 52.225-13; 52.225-15; 52.232-33. The following additional clause applies to this solicitation: 52.204-7. INSTRUCTIONS FOR SUBMITTING A QUOTE: Quotations must be submitted by email only in .doc, .xls and/or .pdf format(s) to myrsonia.diaz@nist.gov Quotations shall be valid for 30 days and MUST include the following: (1) 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) Detailed performance specifications, drawings of the outer dimensions, and other relevant technical information for the offered system. The drawings shall show at least all dimensions that pertain to performance specifications. (3) A minimum of three (3) 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, and their fax number. (4) Warranty information, including both duration of warranty and nature of the warranty (the Government requires that the standard commercial warranty be offered for items being quoted for this solicitation; extended warranty may be offered, and, if offered, it must be priced separately in the quotation). Include 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) 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; (5) An estimated time of delivery after receipt of order. 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. A Firm-Fixed-Price purchase order shall be awarded to the responsible offeror whose offer, conforming to the solicitation, is determined to be most advantageous to the Government, evaluated price and other factors considered. To be eligible for award, an offeror must be registered in the Central Contractor Registration (CCR). Information on CCR registration procedures may be obtained at http://www.ccr.gov. In order to complete CCR registration, a DUNS number is required. To obtain a DUNS Number, contact Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. 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.
 
Record
SN00660079-W 20040901/040831063728 (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.