Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2005 FBO #1480
SOLICITATION NOTICE

66 -- Sulfur Dioxide Analyzer

Notice Date
12/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0096
 
Response Due
12/27/2005
 
Archive Date
1/11/2006
 
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 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 05-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 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 one (1) each Sulfur Dioxide Analyzer. LINE ITEM 0001: Quantity one (1) each Sulfur Dioxide Analyzer meeting all of the following required specifications: 1. Covers concentration ranges of 0 to 50 micromol/mol (ppb) and 0 to 10 micromol/mol (ppm). 2. Noise Level < 1 mmol/mol 3. Lower detectable limit < 2 mmol/mol 4. 24 hour drift < 1 mmol/mol 5. Linearity < 1% of full scale 6. Sample flow rate < 1 SLPM 7. Response Time < 2 minutes 8. Communications Port: RS232, with full communications documentation provided. Delivery 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 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. Delivery shall be completed not later than March 15, 2006. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor ?Meeting or Exceeding the Requirement,? 2) Price. Technical Capability is of equal importance to 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. In evaluating technical capability, strongest consideration shall be given to noise level and detectable limit. A lower noise level is preferred; A lower detectable limit is preferred. The full text of the FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provision applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items. The following clauses apply to this acquisition: 52.204-7 Central Contractors 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: 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers w/Disabilities 52.225-1, Buy American Act-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund 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). Two (2) originals of technical description and/or product literature; 3). 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. All quotes must be sent to the National Institutes of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on December 20, 2005. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: 100 Bureau Drive, MS 1640, Gaithersburg, MD
Zip Code: 20899
Country: US
 
Record
SN00951218-W 20051215/051213213424 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.