Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

66 -- Chemical Spray Etch System

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
333298 — All Other Industrial 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
SB1341-07-RQ-0285
 
Response Due
7/20/2007
 
Archive Date
8/4/2007
 
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. 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) 2005-17.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333298 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Chemical Spray Etch System. **All interested Contractors shall provide a quote for the following: This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency?s requirement. LINE ITEM 0001: Quantity one (1) each Spray Etch system model 2315E manufactured by Chemcut Corporation or EQUIVALENT. The system must consist of the following components, or equivalent, and meet all of the salient characteristics identified herein. a) General Construction (1) Construction materials must be inert to etching chemicals (e.g. PVC, fiberglass, and titanium) (2) Effective conveyor width of 381 mm (15 inches), overall conveyor width of 432 mm (17 inches) with 22.2 mm (0.87 inches) diameter conveyor wheels, 22.2 mm (0.87 inches) conveyor wheel spacing, and conveyor rod diameter of 9.53 mm (0.375 inches) (3) Must have conveyor motion from left to right relative to control panel (4) Minimum product size of 76 mm (3 inches) wide X 152 mm (6 inches) long (5) Maximum product size of 381 mm (15 inches) wide X any length (6) Product tickness from 0.254 mm 4.75 mm (0.010 inches) to (0.187 inches) (7) Overall dimensions must be: 2.39 m (94.25 inches) long, 1.17 m (46.00 inches) wide, 1.5 m (59.00 inches) high b) Must have an effective load length of 305 mm (12 inches) with panel sensor for on-off control of rinse water c) Etch Chamber (1) Must have a clear PVC lid with inner splash cover (2) Must have an overall length of 768 mm (30.25 inches); effective process length of 571.5 mm (22.5 inches) (3) Must have an exhaust vent of 102 mm (4 inches) on top cover (NIST will provide 1.7 cubic meters/min (60 CFM) flow connection) (4) Must have a sump capacity of 95 L (25 gallons) (5) Must have a drain diameter of 38 mm (1.5 inches) with manual valve (6) Heating must be provided by titanium immersion heaters (4 kW power rating) with digital display providing operating temperature up to 54.5 degrees Celsius (130 degrees Fahrenheit) (7) Cooling must be provided by polyethylene coil with solenoid valve and manual controller (8) Spray tubes must be configured with 4 at top and 4 at bottom (9) Must include 32 spray nozzles, cone type with 2.8 liters/min (0.75 gpm) flow rate (10) Must have 64 liters/min (17 gpm) etch spray flow at 239 kPa (20 psi) pressure (11) Pressure control must be provided by manual valves for upper and lower pressure adjustment (12) Must have a 2 hp centrifugal spray pump (13) Must have 2 pressure gauges, one for top tubes; one for bottom tubes (14) Solution filtration must be provided by a lift-out mesh basket on pump intake (15) System interlocks triggered on: Lid open, over-temperature, motor overloads, and fluid level (16) Etch spray must have radial oscillation of up to 40 sweeps per minute for both top and bottom sprays (17) Must have spray tubes via one-eighth hp DC motor with speed slaved to conveyor speed (18) Must be equipped with specific gravity control system with an adjustable auto baume assembly to activate a solenoid for introducing water to compensate for etch solution chemistry changes resulting from etching operation (19) Must have a digital display of oxidation/reduction potential of etch solution d) Isolation of Etch Tank (1) Must have a clear PVC lid with an overall length of 254 mm (10 inches) (2) Must have two sets of anti-dragout rollers for fluid containment (3) Drains back to the etcher sump (4) Must be equipped with solution containment pan 1.8 m (70 inches) long X 1.2 m (48 inches) wide constructed from 13 mm (0.5 inches) thick PVC with a 76 mm (3 inches) high lip around the perimeter of the pan e) Recirculation and Fresh Water Rinse (1) Must have a clear PVC lid with inner splash cover with an overall length of 254 mm (10 inches), and an effective process length of 140 mm (5.5 inches) (2) Must have a drain diameter of 38 mm (1.5 inches) (3) Must have two spray tubes (1 top, 1 bottom) (4) Must have twelve 1.1 liters/min (0.3 gpm) fanjet spray nozzles (5) 16 liters/min (4.2 gpm) flow rate at 239 kPa (20 psi) (6) Flow control must be provided by brass solenoid valve on water inlet line activated by conveyor ?on? signal with pressure control provided by manual valve adjustment prior to spray tubes (7) Must have a sump capacity of 34 L (9 gal) (8) Must be equipped with a separate recirculating rinse chamber with a 1 hp pump and a 3.8 liters/min (0 to 1 gpm) flowmeter for fresh water feed (9) Must be equipped with ion exchange rinse water treatment unit to remove carry over etch chemicals from rinse water section f) Single head forced air dryer prior to unload section incorporating: (1) Must have a clear PVC lid (2) Must have an over all length of 152 mm (6 inches) (3) Must have a drain diameter of 13 mm (0.5 inches) (4) Must have an 1.8 kW (2.5 hp) air turbine with system interlock on turbine overload (5) Must have an exhaust vent of 102 mm (4 inches) on top cover (NIST will provide 4.25 cubic meters/min (150 CFM) flow connection) g) Conveyor drive/unload (1) effective unload length of 305 mm (12 inches) (2) speed range of 76 to 890 mm/min (3 to 35 ipm) (3) speed control provided by manual potentiometer with digital display (4) one-eighth hp DC drive motor h) Electrical Components and Operator Interface (1) Must have wall mount electrical enclosure, 610 mm (24 inches) W X 762 mm (30 inches) H (2) Must have a 3 phase, 12 kVA power requirements (3) Must have a 7.6 m (25 feet) wiring harness (4) Must have an operator interface located at load area provided with: (a) on/off switches for etch pump, etch heat, rinse pump, and conveyor (b) digital read-outs of etch temperature, conveyor speed, and oscillation speed (c) control potentiometers for conveyor speed and oscillation speed (d) status lights for etch pump on and rinse pump on (e) interlock lights for open lid, fluid levels, etch solution over-temperature, and motor overloads LINE ITEM 0002: TRAINING The Contractor shall schedule and facilitate a training session for three (3) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. Training must be scheduled, in advance, with NIST personnel. Delivery and training shall be completed in accordance with the Contractor?s commercial schedule, however, all must be completed not later than 120 days from the date of award. ***The Contractor shall provide a minimum of a One (1) Year Warranty for the instrumentation. The warranty must cover parts and travel/labor for on-site repairs under the warranty period. *** ***Delivery shall be completed not later than 90 days after receipt of an order and 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 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 line item 0001 to NIST, Gaithersburg, MD 20899. *** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance, and price shall be considered. 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 shall be equal in importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Evaluation: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. 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. If three (3) references cannot be provided for the same or similar equipment, the offeror must provide three (3) references to whom equipment has been provided. In addition, a description of the equipment sold to the three (3) references must be provided. *** 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; 52.211-6 Brand Name or Equal; 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: (13) 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) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, ALTERNATE I; (26) 52.225-13 Restriction on Certain Foreign Purchases; (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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Items 0001 and 0002; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), and 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. 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 shall be received not later than 3:00 PM local time, on July 20, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. 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 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. 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. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01335750-W 20070708/070706220233 (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.