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
MODIFICATION

66 -- Fuel Cell Test System

Notice Date
8/30/2004
 
Notice Type
Modification
 
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-0901
 
Response Due
9/2/2004
 
Archive Date
9/17/2004
 
Point of Contact
Anita Tolliver, Contract Specialist, Phone (301) 975-6308, Fax (301) 975-8884,
 
E-Mail Address
anita.tolliver@nist.gov
 
Description
This is Amendment 0002 which replaces the original RFQ and revises the response date to September 2, 2004: 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 01-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible parties may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement for a fuel cell test system. All interested parties shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each Fuel Cell Test System meeting all of the following required specifications: The basic fuel cell test system shall be a complete, self-contained research and development tool which shall consist of the following components: 1. Gas Handling unit with integral flow, temperature, humidification and pressure control systems, an Electronic Load bank, with control software for Windows XP/2000 preferably written with LabVIEW so as to allow user programmability. 2. Load bank must be able to control either potential or current in single cell and multi-cell PEM stacks from 100mV to 5V and 5A to 600A. 3. High frequency resistance measurement at 2 kHz for single cell operation. 4. The system shall permit analysis and testing of operating parameters in design verification, component research and development, endurance testing, quality testing, and benchmark testing of fuel cells. 5. Mass Flow Controller(s) shall be calibrated @ 0° C, 1 ATM. Relative uncertainty to be +/- 0.75% of full scale, repeatability shall be a minimum of +/- 0.1% of full scale. The Gas Handling System shall be capable of using gaseous hydrogen, or a pre-mixed reformate cylinder gas as a source for the Anode gas. 6. The Gas Handling System shall be capable of using an Air or Oxygen source for supplying the cathode gas. Multiple Mass Flow Controllers for both anode and cathode gases must be used to ensure error through entire flow range does not exceed 2% of input value. 7. There shall be flow control of the anode gas from 0.05 lpm to 21 lpm on the anode with a relative uncertainty as defined above. 8. There shall be flow control of the cathode gas from 0.10 lpm to 75 lpm on the cathode with a relative uncertainty as defined above. 9. The gas handling system shall contain a humidification sub-system capable of providing humidification of both anode and cathode gases. 10. The humidification sub-system shall be capable of precisely controlling the dew point temperature from ambient to 99º C @ ambient pressure. Higher dew point temperature(s) can be achieved at higher pressures. The humidification sub-system shall use DI water. The sub-system shall also have heated and insulated anode and cathode delivery lines. The humidification system shall be calibrated prior to shipping using a dew point monitor approved by the buyer. The gas handling system shall be constructed with corrosion resistant gaskets/o-rings and fittings. The gas handling system shall have independent anode and cathode water traps with phase separators. 11. A closed-loop liquid coolant system that is capable of dissipating heat generated at maximum load shall be incorporated into stand. 12. Automated backpressure regulators will be located in the anode and cathode exhaust streams that are capable of controlling 1 to 300 kPag at specified flow rates. High precision pressure transducers shall be located in the inlet of both anode and cathode gas streams. High precision differential pressure transducers will measure from the inlet and outlet gas streams on both anode and cathode with a range of 0-100 kPag and a full scale relative uncertainty of +/- 0.25%. Outlet pressure will be calculated in software by the subtraction of the differential pressure measurement from the inlet transducer measurement. The backpressure will be controlled with feedback from these transducers, user defined inlet or outlet controlled pressure. 13. Real Time Displayed/Logged Parameters to include: 1) Current in Amps (A/cm2). 2) Potential (V) Stack, Cell Average, Cathode relative to Anode. 3) High frequency resistance, IR-corrected cell voltage. 4) Temperature - Anode Fuel, Cathode Fuel, Cell. 5) Flow - Anode Fuel, Cathode Fuel. 6) Control Signals Control Status, Mode, Value, Cell Temperature, Auxiliary Temperature; Anode Temperature, Cathode Temperature, Anode Flow, Cathode Flow. 7) Pressure (kPag), differential, inlet and outlet. 8) All of the parameters shall be logged to a file with a minimum frequency less than or equal to 1Hz, and shall have the capability of being opened and saved as a Microsoft Excel file. The software shall have the ability to provide standard graphs of data vs. time with the additional ability of multiple graphs being displayed at one time (tiled or cascaded). A special Meter graph shall be available to provide an instant view of fuel cell performance with displays of current, voltage, power, and a fourth selectable parameter. 14. Safety features inherent to the system shall automatically initiate a controlled shutdown sequence consisting of disconnection of the load, reduction of all temperatures, and system purge with owner supplied nitrogen or other inert gas. At a minimum, the safety features shall consist of: 1) External shutdown signal. 2) Remote Emergency Stop Button. 3) Low Voltage Alarm, operator adjustable. 4) Over Temperature Alarm, operator adjustable. 5) Low Level Alarm for humidification water tank. 6) Supply Pressure Switches on hydrogen/reformate cylinder, nitrogen, and air/oxygen supply lines. 15. Total system footprint shall be approximately 3 feet by 6 feet or less and no more than 6 feet in height. However, 8 foot heated lines could be used to reach the testing fuel cell in the testing area. Modular design could be used if the total system is incapable of meeting this footprint. For example the load bank may be placed separately much closer to the test fuel cell in order to meet the requirements listed as specification 2. 16. System shall be provided with an industry standard single cell 50 cm2 test fuel cell, with heated lines and with test membrane electrode assembly to demonstrate the proper system functionality. Upon satisfactory demonstration the contractor may choose to keep these items. Please indicate in your quote if the Government will be keeping these items and the price or if the Contractor will be keeping these items and if there is a charge to the Government for the use of these items. LINE ITEM 0002: INSTALLATION. The Contractor shall provide installation for the Fuel Cell Test Station. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, turn key start-up, and demonstration of specifications. Installation shall be scheduled with the Technical Contact to be identified at the time of award. LINE ITEM 0003: TRAINING. The Contractor shall schedule and facilitate a training session for three (3) NIST employees, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation, basic troubleshooting and an overview of the manuals which shall remain with the Government. The training may be completed on-site at NIST immediately after installation and demonstration of specifications. Training shall be scheduled with the Technical Contact to be identified at the time of award; LINE ITEM 0004: WARRANTY. The Contractor shall state the warranty coverage provided for the Fuel Cell Test Station. A minimum one (1) year warranty is required. The warranty shall include, at a minimum, replacement parts, labor, and all associated travel, and technical support via telephone, e-mail and on-site at NIST, Gaithersburg, Maryland. Delivery shall be FOB Destination and shall be completed in accordance with the Contractor’s commercial schedule but shall not exceed 90 days after receipt of order. Please specify in the quote the delivery time. 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, are more important than price. 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 specifications stated herein. 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 offeror’s recent and relevant procurement history with NIST or its affiliates. Offerors shall provide a list of at least three (3) references to whom 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: 52.204-7 Central Contractor Registration; 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 HUBZone 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); (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (22) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; (24) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; 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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Items 0001 through 0004; 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: Anita K. Tolliver, 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. In order to ensure the safety and security of NIST employees the following procedures will be followed for hand deliveries of quotes/bids. Please remember that individuals hand delivering will be treated as visitors and will deliver directly to the POC. It is the responsibility of the office expecting hand deliveries on a given day to ensure that phone coverage (NOT phone mail) is provided. If the visitor center can not contact the POC the hand delivery will NOT be accepted. (The visitors center will not accept hand deliveries.) Hand delivery is the LEAST preferred method and should be discouraged. When possible, notify the visitors center in advance when a proposal/quote is due, especially if a large number of hand deliveries are expected. Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of proposals and quotes. If proposals are hand-delivered, delivery must be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice must be made to the Contracts Office to Anita Tolliver at (301) 975-6308. Notice must include the name of the individual or courier company making the delivery. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24 hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (ie point of contact, telephone POC, bldg., room number, etc.) If 24 hour notification was not provided, it is suggested that your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Submission must be received by 3:00 p.m. local time on September 2, 2004. ***FAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-AUG-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/SB1341-04-Q-0901/listing.html)
 
Place of Performance
Address: U.S. Department of Commerce National Institute of Standards and Technology 100 Bureau Drive Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00660837-F 20040901/040831065600 (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.