Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

66 -- Ultra Low Temperature Freezer

Notice Date
3/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
PR-NB2300207-03154
 
Response Due
3/27/2007
 
Archive Date
4/11/2007
 
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. SIMPLIED ACQUSITION 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 05-15. The associated North American Industrial Classification System (NAICS) code for this procurement is 333319 with business size standards of 500 employees. However this requirement is restricted to GSA contractors only. The National Institute of Standards and Technology (NIST), has a requirement for an Ultra Low Temperature Freezer Chest that will be used in NIST Measurement Services Division. The requirement includes the following: LINE ITEMS: 0001 Ultra Low Temperature Freezer Chest. The unit shall not exceed 32 inches in depth and 42 inches in height. The unit must contain at least 20 cubic feet interior storage. Unit shall be installed with Plexiglas dividers. The unit shall have 3 removable Plexiglas dividers affixed to the interior of the stainless steel cabinet to allow for separate storage chambers inside of each freezer. Plexiglas thickness to be one fourth to one half inch and will be used to separate items placed in freezer. Quantity (3) $_______ 1. The warranty for this unit shall include a loaner freezer during normal and emergency repairs. Warranty shall include delivery of a loaner freezer on evenings and weekends (including holidays) as required during repairs. 2. Unit shall have a built in voltage booster and spike protection system, and be capable of Ultra Low minus (-) 86 degrees C 3. Unit controls shall keep record of temperature excursions in case of temperature failure or deviations in product integrity inside the freezer, in that the material did not warm up. 4. Unit must monitor temperatures and provide an alarm if desired temperature is not maintained. 5. Unit must be capable of operation in both 115V and 208/230V configuration. 6. Unit must have rechargeable battery with push button digital display of battery's total charge in 0-100% format. 7. Unit shall have 2 years parts and labor warranty with 4 years extended compressor parts warranty. 8. Unit shall have digital AC line monitor with flashing panel alarm and push button digital display of incoming line voltage. 9. Unit shall have one single door latch to ensure proper closure of the unit 10. Unit shall use two each, 2HP compressors (horsepower is wattage rating). Line Item: 0002 Quantity (3EA) $________ 1. Interior of unit shall be stainless steel. 2. Interior volume shall be 20 cubic feet volume Line Item 0003: $_______ Contractor shall deliver the Unit(s) to NIST Laboratory and install Plexiglas dividers. Proposal Evaluation: 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. Award will be made on a best-value basis. Strongest consideration shall be given to the Offerors whose quote exceeds technical specification. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the technical approach and capabilities which CLEARLY DOCUMENTS that the offered product(s) and/or services will meet or exceed the specifications stated above. Past Performance: 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: Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable systems for the types of applications described herein. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. 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. 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: 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 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 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 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.247-34 FOB Destination 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 March 27, 2007 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. E-mailed quotes will be accepted
 
Place of Performance
Address: NIST, Gathersburg MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01251701-W 20070317/070315220526 (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.