Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
SOLICITATION NOTICE

66 -- Pressure Controller

Notice Date
5/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device 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
Reference-Number-NB836020-7-04511
 
Response Due
6/11/2007
 
Archive Date
6/26/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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 ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-16. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This acquisition is being set aside 100 percent for small businesses. The National Institute of Standards and Technology (NIST) has a requirement for one Pressure Controller. LINE ITEM 0001: Quantity one (1) each Pressure Controller, meeting all of the following required minimum specifications: 1. Transducer range must be from 0 to 1400 psig; 2. Uncertainty (or Accuracy) must be 0.014 percent or better from 700 to 1400 psig; 3. Stability must be 0.006 percent or better per 6 months (including drift, repeatability, hysteresis, and linearity); 4. Must have dual channel capability (independent transducers can be used on two different channels to obtain redundant pressure measurements); 5. Must have interchangeability of transducer pressure modules (i.e., allows one set of pressure transducers to be calibrated while the other is in use); 6. Must have programmable pressure sequences for performing automated calibration of other pressure transducers plumbed into the controller; 7. Pressure sequences must be able to be programmed from graphical user interface; 8. Must have temperature compensation from 15 to 45 degrees Celsius; 9. Must have IEEE-4888 and RS 232. Delivery terms shall be FOB Destination. FOB Destination means 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 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. Delivery shall be completed in accordance with the contractor?s commercial schedule. Award shall be made to the quoter who meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation and quotes the lowest price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets the specifications stated herein. The full text of the FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.225-2, Buy American Act Certificate 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) 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 (19)52.222-36, Affirmative Action for Workers with Disabilities (24)52.225-1, Buy American Act (26)52.225-13, Restrictions on Certain Foreign Purchases (31)52.232-33, Payment by Electronic Fund 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 quoters shall submit the following: 1). An original and one (1) copy of a quotation which addresses Line Item 0001. 2). Two (2) originals of technical description and/or product literature; 3). A statement regarding the acceptance of the terms and conditions listed in this solicitation. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) All quotes must be sent to the National Institutes of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on June 11, 2007. E-MAIL AND FAX QUOTES SHALL BE ACCEPTED.
 
Place of Performance
Address: 100 BUREAU DRIVE, MS1640, GAITHERSBURG, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01306203-W 20070602/070531220428 (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.