Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SOLICITATION NOTICE

66 -- Custom made low temperature sample environment chamber, fluid handling unit and remote control for fuel cell freeze/thaw neutron imaging experiment

Notice Date
5/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment 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-0387
 
Response Due
5/30/2006
 
Archive Date
6/14/2006
 
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. 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) 2005-09. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333415 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, Custom made low temperature sample environment chamber, fluid handling unit and remote control for fuel cell freeze/thaw neutron imaging experiment to be used in the Ionizing Radiation 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, Custom made low temperature sample environment chamber, fluid handling unit and remote control for fuel cell freeze/thaw neutron imaging experiment. The sample environment chamber shall meet or exceed the following specifications: 1. The sample chamber's temperature will be controlled with at least 0.2 C accuracy over a temperature range of -40 C to 50 C. 2. The sample chamber's relative humidity will be controlled with at least 3 percent accuracy over a relative humidity range of 15 percent to 90 percent at temperatures between 20 C and 50 C. 3. The cooling power of the system will be at least 1 kW at -40 C. 4. The unit will be powered by 208 VAC 3 phase or less, with current draw less than 70 A. 5. The interior dimensions of the chamber will be at least width: 32 inches, depth: 18 inches, height 24 inches. The maximum height of the chamber center is 30" above the exterior base of the chamber. See the attached drawing of the chamber interior. 6. The fluid handling unit and sample chamber must fit inside the BT2 imaging facility. See the attached drawing for the maximum allowable footprint. The maximum height is of the fluid handling unit is 6 feet (72 inches). 7. The sample chamber shall be vibration isolated from the fluid handling unit. The vibration amplitude contribution from the fluid handling unit to the chamber shall be less than 20 um. 8. The sample chamber will have a single hinged door on the front side with access dimensions equal to the interior chamber dimensions on the front installed for loading samples. 9. The sample chamber will have at least one 6 inches diameter port or two 2 inches diameter ports for introducing cables and hoses into the chamber. The ports will be located on the side of the chamber (for a copy of the drawing, send your request to jroderic@nist.gov). 10. The sample chamber will come equipped with a hydrogen gas sensor. The sensor output shall be a proportional voltage or current signal to an input in the range of at least 0 ppm-1000 ppm hydrogen with a sensitivity of less than 31ppm with an uncertainty of plus/minus 2 percent. There must be a visual indicator of the hydrogen ppm level. The sensor system will have a user selectable low level alarm and high level alarm. The high level alarm will open a normally closed relay that can be tied into an external circuit. 11. The system will be made of spark resistant and explosion proof components. 12. The system will be capable of using either nitrogen gas or air in the fluid handling system. 13. The sample chamber will have two 12 inches by 12 inches window cut-outs to allow installation of a custom, NIST supplied, neutron transparent window. The window location is specified in the supplied drawing. 14. The chamber will have standoffs from the base of the interior to allow mounting of customer supplied base plate. The standoffs will be taped for either 1/4-20 or 5/16-18 bolts. The standoffs must be able to support at least 100 kg. 15. The user interface for controlling the temperature and humidity will be remotely located from the air handling unit and sample chamber, up to 30 m in length. The cables connecting the user interface and the other aspects will be able to be disconnected. 16. The system will allow communication through a RS232 or other suitable port. 17. The fluid handling unit will be mobile and mounted on casters. 18. The fluid handling unit and the sample chamber will have built-in lifting points to allow hoisting by crane. ***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. *** ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical Capability and Past Performance, when combined, are more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. 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 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: (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)(i) 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (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 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; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30 PM local time, on May 25, 2006 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. *** Numbered Notes 1.
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: USA
 
Record
SN01048009-W 20060517/060515220203 (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.