Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

66 -- Automated Liquid Permeameter

Notice Date
3/20/2006
 
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
Reference-Number-06-854-3107
 
Response Due
3/29/2006
 
Archive Date
4/13/2006
 
Description
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 05-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. This procurement is full and open competition. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency?s requirement. The National Institutes of Standards and Technology has a requirement for One (1) Automated Liquid Permeameter and accessories including installation and warranty. The Automated Liquid Permeameter is required to measure samples with high porosity and high permeability. LINE ITEM 0001: Quantity One (1) each Automated Liquid Permeameter, Porous Materials, Inc, Model # LP-101A or equivalent, with all of the following required salient characteristics: 1. Must have a pressure transducer that is capable of operating at a maximum water column pressure of 2 PSI with an accuracy of 0.05 percent and a resolution of 0.0001 PSI. 2. Must be capable of measuring the maximum flow rate of 5000 mL/min,with an accuracy of 1 percent and a resolution of 0.1 mL/min. 3. Must be capable of measuring the permeability of at least 2540 Darcies. 4. The liquid permeameter must permit an easy (the equipment does not require modification) exchange of the pressure transducer, and must permit an easy exchange of the penetrometer, which delivers the working fluid at a controlled and measured rate across the sample being tested. 5. Must be equipped with a special sample holder to accommodate fragile samples and prevent sideway flow. The sample holder must be: 1) capable of confining the flow of the working fluid within a selected cylindrical portion of a disk-like sample, 2) capable of eliminating the radial flow of the working fluid through the selected portion, and 3) capable of holding the sample with a controllable force or controllable forces. 6. The sample holder must accept small diameter samples (as small as 0.6 cm) as well as thin (less than 1 millimeter) samples. 7. The liquid permeameter must permit an easy exchange of the reservoir for the working fluid, which must be at least one gallon. 8. The software of the liquid permeameter must record the input of parameters, control the measurement at the designated experimental conditions, record the experimental data, carry out the statistical analysis of the acquired data, and show and print out input parameters as well as the experimental results in a variety of units. LINE ITEM 0002: Installation: The contractor shall provide installation for the Automated Liquid Permeameter and accessories. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set up and hook up of all equipment, turn key start up, demonstration of specifications, and trash removal. Warranty: The contractor shall state the warranty coverage for the Automated Liquid Permeameter. Delivery shall be completed in accordance with the contractors commercial schedule. Delivery terms 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. Award shall be made to the party whose quote offers the best value to the Government, technical capability, 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) Past Performance and Price. Technical Capability and Past Performance are of equal importance to price. If Technical Capability and Past Performance are equal, Price will be the determining factor. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characterstics and clearly documents that the offered product meets or exceeds the specifications stated above and meet the needs of the Government in essentially, the same manner as the brand name. Past Performance shall be evaluated to determine the overall quality of the product & service provided by the Contractor. 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 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 52.211-6 Brand Name or Equal 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: (5) 52.219-6, Total small business set-aside (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 w/Disabilities (23)52.225-1, Buy American Act-Supplies (26)52.225-13, Restrictions on Certain Foreign Purchases (31)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). Three (3) references to whom the same or similar equipment has been provided. To the maximum extent practicable, references should be customers who have used the proposed Automated Liquid Permeameter. 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 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 March 29, 2006. 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: usa
 
Record
SN01009849-W 20060322/060320211714 (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  © 1994-2020, Loren Data Corp.