Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2004 FBO #1130
MODIFICATION

66 -- Low Temperature Recirculator Bath

Notice Date
12/28/2004
 
Notice Type
Modification
 
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
SB1341-05-Q-0090
 
Response Due
1/5/2005
 
Archive Date
1/20/2005
 
Point of Contact
Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
carol.wood@nist.gov
 
Description
THE DUE DATE FOR QUOTATIONS IS HEREBY CHANGED FROM NOVEMBER 15, 2004 TO JANUARY 5, 2005. 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. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-25. 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 interested quoters may submit a quote. All interested quoters shall provide a quote for the following line item: LINE ITEM 0001: Quantity one (1) each Low Temperature Recirculator Bath. The Recirculator Bath shall meet all of the following required specifications: 1. Must be able to remove a minimum of 500 watts at -80 degrees C; 2. Maximum Temperature +100 degrees C; 3. Temperature control stability must be at least + 0.5 degrees C of the Set-Point; 4. Flow rates between 5 and 7 gallons per minute; 5. The System (excluding fluid) must weigh less than 320 kg; 6. System must be on casters, casters should be lockable; 7. The system must be compatible with Dow Syltherm XLT heat transfer fluid; 8. The electrical connections must be compatible with either 208 V, or 230 V 50-60 Hz, 3 phase, 21 Amp service; 9. Auxiliary coolers for the bath heat exchangers must use water; 10. System must have external temperature sensing capability, PRT, RTD or silicon diode preferred; 11. System refrigeration must be mechanical, NO liquid nitrogen, dry ice etc; 12. Pump pressure must not exceed 30 psig; 13. Footprint must be within 100 cm x 100 cm; 14. Overall height must not exceed 150 cm; 15. Control must have some PC interface (either RS232 or GPIB, or equivalent); 16. Any software must be GUI and compatible with Windows 2000 or higher must be provided on a CD; 17. A user manual must be provided, in paper form or on the CD; 18. 1 year Warranty to include, at a minimum, all parts and labor; 19. Unit shall be delivered no later than 8 weeks after receipt of order. Delivery shall be FOB Destination. Delivery shall be completed in accordance with specification 19. 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 shall be made to the quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accord with this solicitation; (2) Has a satisfactory record of past performance with respect to quality of product provided, timeliness of delivery, and delivery of products as quoted; and (3) Quotes the lowest 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 quoter’s recent and relevant procurement history with NIST or its’ affiliates. Quoters 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; 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: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor—Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (22) 52.225-1 Buy American Act—Supplies; (25) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (30) 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 Item 0001, and all Technical Evaluation Criteria; 2) Description of commercial warranty; 3) A copy of the most recent published price list(s) for all proposed commercial components; and 4) One completed copy of FAR Provision 52.212-3 Offerors Representations and Certifications – Commercial Items. All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Carol A. Wood, 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. Submission must be received by 3:00 p.m. local time on January 5, 2005. E-MAIL QUOTES SHALL BE ACCEPTED, however, must include all required information. Fax quotes SHALL NOT BE ACCEPTED. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-DEC-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/SB1341-05-Q-0090/listing.html)
 
Place of Performance
Address: Contractor's Site
Zip Code: 20899
Country: USA
 
Record
SN00727584-F 20041230/041228212812 (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.