Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOLICITATION NOTICE

66 -- Concrete Rheometer

Notice Date
3/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture 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-0401
 
Response Due
4/7/2005
 
Archive Date
4/22/2005
 
Description
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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Concrete Rotational Rheometer.*** ***All interested Contractor?s shall provide a quote for the following: Line Item 0001: Quantity One (1) Concrete Rheometer, which shall meet or exceed the following required equipment specifications: (1)The rheometer shall be commercially available and/or has participated in one of the international round robins described in ref. [1, 2]; (2) The instrument must be a rotational rheometer; a vane or coaxial rheometer is acceptable, but the moving part must be able to move in a planetary (epicyclic) motion or an axial motion, as selected by the operator. It must be easy (within a 15 minute time frame) to switch between the two types of motion; (3) it must be easy (within a 15 minute time frame) to switch type of vane used; (4) a minimum of 2 types of vane geometry must be included. (Type of vane open to suggestions from manufacturer); (5) it must include a minimum of two different sized containers; e.g., one for concrete and one for mortar; (6) developed software should be included that controls the rheometer?s operation; (7) data acquisition must be fully computerized and data must be able to be downloaded to MS EXCEL. It must be possible to electronically store the full curve of shear rate (rotational speed) vs. the shear stress (torque); (8) the instrument must be on wheels, e.g., it must be able to be moved easily in a lab, but not necessarily portable; (9) must have AC Power supply compatible with USA standards; (10) a detailed training manual must be included; (11) technical support by phone shall be provided. OPTION LINE ITEM 0002: Training. The Contractor shall schedule and facilitate one (1) eight(8) hour training session for NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions and equipment operation. The training may be completed on-site at NIST. References: 1.C. Ferraris, L. Brower editors, ?Comparison of concrete rheometers: International tests at LCPC (Nantes, France) in October 2000?, NISTIR 6819, September 2001 (PDF version at: http://fire.nist.gov/bfrlpubs/build01/PDF/b01074.pdf) 2.C. Ferraris, L. Brower editors, ?Comparison of concrete rheometers: International tests at MB (Cleveland OH, USA) in May 2003?, NISTIR 7154, September 2004 (PDF version at: http://ciks.cbt.nist.gov/~ferraris/PDF/DraftRheo2003V11.4.pdf) ***The Contractor shall state the warranty coverage provided for the instrumentation. *** ***Delivery shall be provided no later than 16 weeks after receipt of an order and shall be FOB Destination. 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 any 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. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Award shall be made to the offeror whose quote offers the best value to the Government, technical capability, past experience, past performance and price considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Experience 3) Past Performance and 4) Price. Technical capability, past experience, and past performance shall be more important than price. Past experience, past performance and price shall not be evaluated on quotations determined technically unacceptable in accordance with the Technical Capability evaluation factor *** ***Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. The submission must validate that the item is commercially available from the Contractor and/or the Contractor has participated in one of the international round robins described in reference [1,2]. At least one paper should be available in a pier review journal demonstrating its ability to measure concrete. In the absence of a pier review, NIST may require quoters to provide a demo model of their equipment to be tested on-site at NIST for a period of one week at no cost to the Government. *** ***Past Experience will be evaluated based on the Contractor?s description of their previous experience in manufacturing, assembling and providing similar systems. They must explain how their experience is relevant to providing the equipment listed herein, and how their experience will ensure successful completion of the project.*** *** Past Performance will be evaluated to determine the overall quality of the product and service provided by the Contractor. The Contractor and the system quoted shall have a proven record of reliability. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates.*** *** The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.*** ***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; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) (ii) 52.225-3 Buy American Act North American Free Trade Agreement-Israeli Trade Act with Alternate I; (26) 52.225-13 Restriction on Certain Foreign Purchases and (31) 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; 2) One (1) copy of technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one copy of the most recent published price list(s); 5) For the purpose of evaluating Past Performance, provide a list of three (3) contracts/purchase orders completed during the past three years for similar requirements with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Andrea G. Parekh, Building 301, Room B158, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received not later than 3:00 p.m. local time on April 07, 2005. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Andrea G. Parekh) @ andrea.parekh@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. ***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00773894-W 20050325/050323211718 (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.