Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2005 FBO #1349
SOLICITATION NOTICE

66 -- Solar Photovoltaic Multi-Channel IV Curve Tracer (and Load Simulator)

Notice Date
8/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-05-Q-0913
 
Response Due
8/19/2005
 
Archive Date
9/3/2005
 
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. SIMPLIFIED ACQUISITION PROCEEDURES ARE UTILIZED IN THIS PROCUREMENT. 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) 2005-04. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is 100% set aside for small businesses. Only interested small businesses may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, Solar Photovoltaic Multi-Channel IV Curve Tracer (and Load Simulator) to be used in the Building Environment Division at NIST, Gaithersburg, MD. *** ***All interested Offerors shall provide a quote for the following line item: Line Item 0001: The Contractor shall furnish one (1) each, Solar Photovoltaic Multi-Channel IV Curve Tracer (and Load Simulator). The Solar Photovoltaic Multi-Channel IV Curve Tracer (and Load Simulator) shall meet or exceed the following specifications: 1. Instrument shall be capable of electrically loading nine (or more) solar photovoltaic panels simultaneously. 2. Instrument shall allow two electrical loading options for each channel: (1) maximum power tracking and (2) fixed voltage tracking. 3. Instrument shall allow the following maximum power loading among the channels. a. 350 W maximum capability for at least one channel b. 300 W maximum capability for at least four channels c. 250 W maximum capability for at least two channels d. 200 W maximum capability for at least one channel e. 150 W maximum capability for at least one channel 4. Instrument shall allow instantaneous measurement of the photovoltaic panel's DC voltage and DC current when electrically loaded; instrument shall allow such measurements at user-specified intervals that may be as short as every 30 seconds. 5. Instrument shall allow interrupts to the normal electrically loaded operating mode to permit the sweeping of an IV curve (and then immediately resuming maximum power or fixed voltage power tracking). 6. Instrument shall permit measurement of the photovoltaic test panels' IV curve at user-specified intervals, and reporting of the associated open circuit voltage, short circuit current, maximum power point current, maximum power point voltage, and peak power. 7. Minimum number of data points collected per IV curve trace: 100 points 8. Resolution provided for IV data acquisition: 14 bit A/D conversion or better. 9. Instrument is capable of PV panel voltage measurements for each channel = 120 V and lower; minimum of 3 voltage range levels 10. Except as noted, instrument is capable of PV panel current measurements for each channel = 10 A and lower; minimum of 2 current range levels. For one 350 W channel and for one 300 W channel, however, the instrument shall be capable of making PV current measurements = 12 A and lower; minimum of 2 current range levels. 11. Instrument shall provide inputs suitable for measuring the output from a minimum of two solar pyranometers and a minimum of ten Type-T thermocouples. 12. Data acquisition system is Windows 2000 or XP compatible. User-specified instantaneous or averaged data that is collected by the instrument shall be transferable to the Windows-based PC so that it becomes resident on the PC's hard drive. 13. When combined with the Windows-based PC, the system allows real-time monitoring of the operating current, voltage, and power generation of the electrically loaded photovoltaic panels. 14. Instrument shall be designed to permit 15 months of continuous operation during which it performs electrical loading, periodic current and voltage measurements, periodic interrupts for IV curve traces, and at least hourly data transfers to the Windows-based PC for all channels having connected PV panels. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Award will be made to the Offeror whose quote offers the lowest price, technically acceptable quote. *** ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***Offerors shall 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: (13) 52.222-3, Convict Labor; (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22)(i) 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act; (iii) Alternate II of 52.225-3; (24) 52.225-13, Restrictions on Certain Foreign Purchases; (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 clauses may be viewed at www.acqnet.gov. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov. *** ***All quotes shall be received not later than 3:30 PM local time, on August 19, 2005 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. 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 shall 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 (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested 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. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: USA
 
Record
SN00862165-W 20050806/050804211804 (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.