Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

66 -- High Volatage Pulse Generator and Power Supply

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
325199 — All Other Basic Organic Chemical 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-PR-06-812-6700
 
Response Due
7/5/2006
 
Archive Date
7/20/2006
 
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 PROCEDURES 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 325199 with a small business size standard of 500 employees. However, this procurement is unrestricted and any interested contractors may submit a quote The National Institute of Standards and Technology (NIST) has a requirement for a, High Voltage Pulse Generator and DC Power Supply with 3 year warranty. All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 Programmable high voltage pulse generator and DC power supply 1 Each $_________________ 1. Computer controlled 200 W pulse generator with graphic display. The instrument shall provide 2-100Vpp/40mA-2A pulses (voltage and current) with 7 ns transitions, 15 MHz repetition rate, < 100 ns settling time, and variable pulse width. The entire frequency range shall cover 1Hz to 15 MHz, having a period range of 66.7 ns to 999 ms and width range of 10ns to 150ms at maximum amplitude (0.1%-100% duty cycle for 20Vp amplitude or less). The instrument shall provide for single and double pulse, burst mode operation, polarity selection, external gating (input) and triggering (output and input), and baseline offset of plus or minus 25 V The instrument shall be equipped with GPIB IEEE 488, and accept SCPI programming commands. 2 Single output, Auto-ranging DC Power Supply Computer controlled 1200W single output, auto-ranging DC power supply with display. The instrument must provide for 0-200VDC and 0-17 A (range dependent), with ripple and noise of 22 mV rms (maximum), readback accuracy better than 0.4% (voltage and current) and transient response time of 2 ms (maximum). Programming resolution for the instrument must be 50 mV (voltage) and 4.5 mA (current) or better. Either output terminals must be capable of being grounded or floated from chassis ground, with DC floating of plus or minus 500 V (minimum). The instrument must be equipped with GPIB IEEE 488 and accept SCPI programming commands. Line Item 0002 1 Each 3- Year Extended Warranty $______________ Inspection and Acceptance Criteria 1. Physical inspection at NIST laboratory for adherence to specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. 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, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. 1. Award will be made on a best-value basis. Strongest consideration shall be given to the Offerors whose quote exceeds the technical specifications in the area of precision electronic instrumentation for measurement sciences. 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. A rough schematic or diagram of the proposed instrument design should also be included. 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. Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable systems. Information on past experience may be obtained from references. The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.225-4 Buy American Act--Free Trade Agreements--Israeli Trade Act 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: Clauses: 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: 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies (16) 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-1, Buy American Act Supplies 52.225-13, Restrictions on Certain Foreign Purchases 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 July 5, 2006 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-3571, Attn: Tye Gibson. 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: NIST, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN01075362-W 20060624/060622220531 (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.