Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOLICITATION NOTICE

66 -- High Throughput Vapor Sorption System

Notice Date
6/2/2006
 
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
SB1341-06-Q-0424
 
Response Due
6/19/2006
 
Archive Date
7/4/2006
 
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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN 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 2005-09. *** 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 a High Throughput Vapor Sorption System to be used in the Materials and Construction Research Division at NIST in Gaithersburg, Maryland. *** ***All interested Offerors shall provide a quote for the following line item: Line Item 0001: One (1) Each, High Throughput Vapor Sorption System The system shall meet or exceed the following specifications: 1. Software-controlled, automatic measurement and recording of mass loss/gain in samples as a function of time at a fixed temperature and vapor concentration. 2. Software controlled, automatic measurement and recording of mass loss/gain in samples as a function of vapor concentration at a fixed temperature. 3. Ability to generate water or organic vapors, with flowrates controlled by high precision mass flow controllers. 4. Digital microbalance with dynamic range resolution; microbalance to be housed in a zone separate from specimens. 5. Temperature control range resolution. 6. Temperature stability. 7. Relative humidity control range resolution, measured with in-line transducers. 8. Organic vapor pressure control range resolution, measured with in-line transducers. 9. Analysis software capable of calculating sorption kinetics and sorption isotherms, ability to convert data to in an Excel-compatible format for additional manipulation. 10. Full on-site installation and 2-day training (minimum) for 3 staff members included in price. 11. Prior to payment of invoice, NIST will carry out acceptance testing within 20 days of installation and training. 12. 1 year minimum warranty, parts and labor. ***Acceptance Testing*** Acceptance testing shall consist of being able to achieve stable temperature/relative humidity setpoints and reproducible data for a set of reference materials with known sorption behavior. ****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. Award shall be made based on best value. ***Greater consideration will be given to the Offeror whose quote provides the following: 1. Capability of running multiple specimens (minimum of 10) simultaneously in the same environment. 2. Digital microbalance with dynamic range of 150 gram and 0.1 microgram resolution; microbalance to be housed in a zone separate from specimens. 3. Temperature control range 4 ? 70 degrees Celsius, plus/minus 0.25 degrees Celsius resolution. 4. Temperature stability plus/minus 0.05 degrees Celsius. 5. Relative humidity control range of 0 ? 98 percent, plus/minus 0.5 percent RH resolution, measured with in-line transducers. 6. Organic vapor pressure control range 0 ? 97 percent, plus/minus 0.5 percent resolution, measured with in-line transducers. ****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. ***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 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 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. *** Clauses: 52.204-7, Central Contractor Registration (Oct 2003); 52.212-4 Contract Terms and Conditions?Commercial Items (Sep 2005); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Jan 2006) including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns; (5) 52.219-6, Notice of Total Small Business Set-Aside (7) 52.219-8, Utilization of Small Business Concerns; (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; (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); (25) 52.225-5, Trade Agreements (Apr 2006); (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at http://www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list(s). ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Jennifer Roderick, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. SECURITY REQUIREMENTS Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of proposals. If proposals are hand delivered, delivery must be made through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. Notice must 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. NIST IS NOT RESPONSIBLE FOR LATE DELIVERY DUE TO THE ADDED SECURITY MEASURES. In addition, Offerors who do not provide a 48-hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver offers 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, building, room number, etc.) If 48 hour notification was not provided, it is suggested that 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?s center and complete delivery. ****Submission must be received by 3:30:00 p.m. local time on June 19, 2006. FAXED QUOTATIONS SHALL 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
SN01061274-W 20060604/060602220358 (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.