Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

W -- LASER TRACKER SYSTEM RENTAL

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
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
NB823140-7-05725
 
Response Due
8/1/2007
 
Archive Date
8/16/2007
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN F.A.R. 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 05-18 ****The associated North American Industrial Classification System (NAICS) Code for this procurement is 532490 with a small business size standard of $6.5 mil. This acquisition is unrestricted and all responsible contractors may submit a quotation. All interested quoters shall provide a quotation for a 6DOF Laser Tracking System LINE ITEM 0001: Quantity of (3) mo. rental with purchase conversion of (1) Laser Tracking System with SA Core Software, Interface, Tripod, Calibration Tripod, SMR, Laptop ? which shall meet or exceed the following required specifications: a) able to measure moving targets > 3 m/s, 120 deg./s, with accuracy +/- 10 ppm b) large measurement volume 640 deg. Horizontal, 140 deg. Vertical, 30 meter range, 1 um resolution c) needs only one tracker to measure full 6 degrees of freedom, pitch: +/- 55 deg, Yaw: +/- 140 deg., roll: +/- 30 deg., angular resolution +/- 3 arc-sec d) weight of the largest target sensor is only 1.4 kg, enabling it to be mounted on robots of other equipment with low weight capacity e) target sensor capable of being mounted on a robot or other moving conveyance and measuring at a range of velocities LINE ITEM 0002: Quantity of (3) mo. rental of 6D Sensor, Controller, 3M STS cable, and accessory cable LINE ITEM 0003: Quantity of (1) lot training at Contractor?s Worksite The Contractor shall state the warranty coverage provided for the instrument. Delivery shall be completed not later than 60 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 items 0001 and 0002 to NIST, Building 220/Rm. A123, Gaithersburg, MD 20899-0001 Award will be made to the quoter whose quotation offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) technical capability factor meeting or exceeding the requirement; 2) past performance; and, 3) price. Technical capability and past performance, when combined, are slightly more important than price. If technical capability and past performance are equivalent, price shall be the determining factor. Past performance and price will not be evaluated on quotations that are determined technically unacceptable in accordance with the technical capability evaluation factor. Evaluation of technical capability will be based on the information provided in the quotation. Quoters shall include product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. Past performance will be evaluated to determine the overall quality of the product and service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of past performance will be based on the references provided IAW FAR 52.212-1(b)(10) and/or the offeror?s recent and relevant procurement history with NIST or its affiliates. Offerors shall provide 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. A field demonstration at NIST will be requested if more than one offeror?s quotation is found to be rated equal in the areas of technical capability and past performance. The full text of a FAR provision or clause may be accessed electronically at http://www.acqnet/gov/far 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 Offeror 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 52.207-5 Option to Purchase Equipment 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: (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; (23) 52.225-1, Buy American Act ? Supplies; (24) (i) 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act; (26) 52.225-13, Restrictions 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 quoters shall submit the following: 1) an original and one (1) copy of a quotation which addresses line items 0001-0003 and all technical evaluation criteria, 2) one (1) copy of the product literature, 3) description of commercial warranty; and 4) one (1) copy of the most recent published price list. All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Randy Schroyer, Building 301, Room B125, 100 Bureau Drive, M/S 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30PM local time on August 1, 2007. FAXED QUOTATIONS WILL NOT BE ACCEPTED. E-MAILED QUOTATIONS WILL BE ACCEPTABLE; however, must include all required information. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Randy Schroyer) at randy.schroyer@nist.gov.
 
Place of Performance
Address: To Be Determined
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01345223-W 20070720/070718220555 (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.