Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOLICITATION NOTICE

66 -- Dual Channel Carbon Monoxide/Carbon Dioxide NDIR Analyzer

Notice Date
3/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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
SB1341-07-RQ-0139
 
Response Due
4/12/2007
 
Archive Date
4/27/2007
 
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. 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) 2005-16. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees. This acquisition is 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for four (4) distinct analyzers: a dual channel carbon monoxide/carbon dioxide NDIR analyzer; two (2) paramagnetic oxygen analyzers; and a carbon monoxide, carbon dioxide, and oxygen gas analyzer to be used in the Fire Research Division at NIST, Gaithersburg, MD. *** All interested Offerors shall provide a quote for the following line item(s): Line Item 0001: One (1) Each, Dual Channel Carbon Monoxide/Carbon Dioxide NDIR Analyzer The required analyzer shall be capable of measuring the carbon monoxide and carbon dioxide concentrations simultaneously and meet the following minimum technical specifications: 1. Non-dispersive infrared photometry technology 2. Separate reference/sample cells for carbon monoxide and carbon dioxide (dual optical benches) 3. Four measuring ranges for each gas with autoranging possible: (1) CO 0 to 3 percent (volume) CO2 0 to 5 percent (volume), (2) 0 to 5 percent (volume), 0 to 10 percent (volume), (3) 0 to 10 percent (volume), 0 to 30 percent (volume), (4) 0 to 30 percent (volume), 0 to 50 percent (volume) 4. External range identification which is accessible to data acquisition system 5. External range selectability which is accessible to data acquisition system 6. Sample gas flow 1.5 liter per minute or less 7. Digital Display in volume percent, 4 digit minimum with user selectable decimal place 8. Analog Output: linearized, 0 - 10 volts DC or 4 - 20 mA DC, isolated 9. Repeatability: less than or equal to1.0 percent of full scale value 10. Stability of zero value: less than or equal to 1.0 percent of span /week 11. Stability of span value: less than or equal to 1.0 percent of span/week 12. Noise: less than 0.03 percent (CO) and less than 0.05 percent (CO2) 13. Internal pressure sensor for correction of variations in atmospheric pressure 14. User selectable damping 15. Time to purge analyzer: less than 5 seconds 16. External analyzer fault display or identification which is accessible to data acquisition system 17. Warm-up time 30 minutes or less 18. Power supply: 120 volt, 60 Hz operation 19. Rack mount, 19inches wide standard rack or desktop unit 20. Eight binary inputs and eight binary outputs for triggering of calibration via data acquisition system Line Item 0002: One (1) Each, Sample gas monitoring including flow meter and pressure switch for line item 0001. Line Item 0003: Two (2) Each, Paramagnetic Oxygen Analyzer The required oxygen analyzers must meet the following minimum technical specifications: 1. Paramagnetic oxygen sensing technology 2. Four measuring ranges: 0-5 percent, 0-25 percent, 0-50 percent, and 0-100 percent (volume percent) with autoranging possible 3. External range identification which is accessible to data acquisition system 4. External range selectability which is accessible to data acquisition system 5. Sample gas flow approximately 0.5 liter per minute 6. Digital Display in volume percent, 4 digit minimum with user selectable decimal place 7. Display Response time (T90 value) to concentration changes user selectable and less than 4 seconds 8. Analog Output: linearized, 0 - 10 volts DC or 4 - 20 mA DC, isolated 9. Repeatability: less than or equal to 1 percent of full scale value 10. Stability of zero value: less than or equal to 0.5 percent of span/3 months 11. Stability of span value: less than or equal to 0.5 percent of span/3months 12. Noise: less than 0.05 percent 13. User selectable damping 14. Internal pressure sensor for correction of variations in atmospheric pressure 15. Time to purge analyzer: less than 5 seconds 16. External analyzer fault display or identification which is accessible to data acquisition system 17. Warm-up time 30 minutes or less 18. Power supply: 120 volt, 60 Hz operation 19. Rack mount, 19inches wide standard rack, or desktop unit 20. Six binary inputs and six binary outputs for triggering of calibration via data acquisition system Line Item 0004: Two (2) Each, Sample gas monitoring including flow meter and pressure switch for line item 0002. Line Item 0005: One (1) Each, Carbon Monoxide, Carbon Dioxide and Oxygen Analyzer The required carbon monoxide, carbon dioxide and oxygen gas analyzer must meet the following minimum technical specifications: 1. Non-dispersive infrared photometry technology for carbon monoxide and carbon dioxide 2. Oxygen sensing through electrochemical cell or paramagnetic technology 3. Two measuring ranges for oxygen, carbon monoxide and carbon dioxide: 0 to 5 percent (volume) 0 to 25 percent (volume) 4. External range identification which is accessible to data acquisition system 5. External range selectability which is accessible to data acquisition system 6. Sample gas flow less than 2 liters per minute 7. Digital Display in volume percent, 4 digit minimum with user selectable decimal place 8. Analog Output: linearized, 0 - 10 volts DC or 4 - 20 mA DC, isolated 9. Repeatability: less than 1 percent of full scale value (CO, CO2) less than 0.05 percent (O2) 10. Noise: less than 1 percent (CO, CO2), less than 0.5 percent (O2) 11. Internal pressure sensor for correction of variations in atmospheric pressure 12. User selectable damping 13. Time to purge analyzer: less than 5 seconds 14. External analyzer fault display or identification which is accessible to data acquisition system 15. Warm-up time 30 minutes or less 16. Power supply: 120 volt, 60 Hz operation 17. Single rack mounted, 19inches wide standard rack or desktop unit 18. Three binary inputs and eight binary outputs for triggering of calibration via data acquisition system Line Item 0006: One (1) Each, Oxygen Measurement using Electrochemical Cell for line item 0003. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are more important than Price. Award shall be made on a best value basis. Stronger consideration will be given to the Contractor whose quote offers a one (1) year warranty period or longer. ****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. Past Experience shall be evaluated to determine the extent of the Contractor's experience of at least five (5) years in and knowledge in providing similar analyzers. Evaluation of past performance may be based on contracts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. ***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 full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors 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. 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: (5)(i) 52.219-6, Notice of 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; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans; (24) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act w/ Alternate I; (26) 52.225-13, Restriction on Certain Foreign Purchases; and (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 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 3:30:00 PM local time, on April 12, 2007 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. Emailed quotes will be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01260818-W 20070330/070328220346 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.