Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

66 -- Flow Standard Barrel

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
333995 — Fluid Power Cylinder and Actuator 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-0432
 
Response Due
8/21/2007
 
Archive Date
9/5/2007
 
Small Business Set-Aside
Total Small Business
 
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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. ***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) 2005-18.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333995 with a small business size standard of 500 employees. This requirement is a 100 percent small business set-aside.*** ***The National Institute of Standards and Technology is seeking to purchase One (1) Cylinder for a positive displacement flow metering standard with options for additional components. ****All interested Contractor?s shall provide a quote for the following: Line Item 0001: Quantity One (1) Cylinder, which shall meet or exceed the following specifications: Note: All referenced ?Figures? shall be provided upon request from the Contract Specialist. A piston/cylinder set is required as major components of a NIST positive displacement flow standard. The purpose of this flow standard is to calibrate flow meters over the flow range of approximately 5 to 80 gallons/minute. A conceptual schematic showing the major components of the flow standard, Figure 1, can be provided upon request. The main system components are (1) the cylinder, with heat exchanger shroud, and the piston, (2) the piston actuator shown at the right (reference Figure 1) of the cylinder, and (3) the stroke measurement components mounted on the second shaft tube that is connected to the piston on the left (reference Figure 1). This system is to operate with bidirectional piston travel along the length of the cylinder. The piston is driven by a ball-screw/nut actuator mechanism supplied to NIST separately from this requirement. Cylinder Specifications: Diameter: 14.000 plus or minus 0.002 inches along entire length ID Surface Roughness : 8 RMS or better Bore straightness: plus or minus 0.002 inches over its length Inner bore length: 72 inches The cylinder must be of stainless steel or steel tube or pipe having a wall thickness sufficient to maintain structural integrity of the inner bore within the specified diameter tolerance. FOR ADDITIONAL SPECIFICATIONS AND CONCEPTUAL DRAWINGS, PLEASE CONTACT THE CONTRACT SPECIALIST, ANDREA PAREKH, AT ANDREA.PAREKH@NIST.GOV. OPTION LINE ITEMS: The following line items are Option Line Items. The Contractor shall provide pricing for these items. The prices quoted for Option Line Items 0002 and 0003 shall remain effective for a period of one year from the date of award. Option Line Item 0002: Quantity One (1) Piston Assembly, which shall meet or exceed the following specifications: NIST requests the expertise of the vendor community in the design and implementation of the dynamic seals between the piston and cylinder (defined under line item 0001). A conceptual multi-piece piston assembly, Figure 4, can be provided upon request from the Contract Specialist. Seal material must be compatible with MIL-C-7024C calibration fluid which has physical and chemical properties very similar to certain jet fuels, Stoddard Solvent, and some kerosenes. Quoters are required to submit a description of their technical approach which addresses how this requirement will be completed. In addition, a technical feasibility statement must be provided. See the Technical Capability section below for details. Not shown in the concept is a seal leakage provision. Piston sealing is expected to consist of two physically separated seals. The separation area at the piston rim provides the opportunity to incorporate such a detection system through the use of radial holes in the piston leading to a collection point near the center of the piston. Piston designs that use a singe connecting rod are acceptable, but must contain provision for seal leakage detection. Option Line Item 0003: Quantity One (1) Cap Flange, which shall meet or exceed the following specifications: The cap flanges shall provide the following functions: 1) Alignment of the flange centerline with that of the cylinder centerline via the dowel pin hole pattern of the cylinder end flanges 2) Alignment of the actuator centerline with that of the cylinder centerline via half-inch dowel pin holes located in the hole pattern at the center of the flange. See the attached drawings. 3) Entry and exit of Type II calibration from the connection manifold via the J518 hole patterns specified in the drawings. These comply with the SAE 4-bolt hydraulic flange specification J518 CODE 61 for the 1.5-inch size 4) Sealing of the actuator tube against leakage of Type II calibration fluid. The actuator tube is 3.000 inches in diameter and is chrome plated with a surface finish of 8 micro-inches or better. ADDITIONAL SPECIFICATIONS AND DRAWINGS CAN BE PROVIDED UPON REQUEST FROM THE CONTRACT SPECIALIST, ANDREA. PAREKH, AT ANDREA.PAREKH@NIST.GOV. ***The Contractor shall state the warranty coverage provided for the instrumentation..*** ***Delivery shall be provided not later than 5 months after receipt of an order and installation shall be no later than 30 days after delivery. Delivery 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** Award shall be made to the Contractor whose quote offers the best value to the Government, 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 Experience 3) Past Performance, and 4) Price. Technical capability, past experience, and past performance, when combined, shall be equal to price. If Technical Capability, Past Experience, and Past Performance are equivalent, price shall be the determining factor. Technical Capability: The Contractor shall demonstrate their understanding of the project and their ability to successfully complete the project. Technical capability shall be demonstrated through the proposed methodology. Specifically for the cylinder bore and heat exchanger/bath shroud (Line item 0001) the following shall be evaluated: choice of material for construction and how the corrosion resistance will be achieved, if stainless is not chosen as the material of construction; proposed method of construction of the shroud and attachment of both the cylinder and the shroud components to the end flanges. Specifically for the piston assembly (Option line item 0002) the following shall be evaluated: the seal type, configuration, and projected operating life; Method for diagnosing potential leakage over the operating life of the piston seals; Method for seal replacement/maintenance; whether reciprocating piston operation requires the second idler rod/tube and how not using an idler rod is anticipated to affect long term operation of the system. Specifically for the cap flange assembly (Option line item 0003) the following shall be evaluated: Method of alignment of the actuator centerline with that of the cylinder centerline to ensure that the cylinder centerline is aligned with the actuator centerline within 0.001 inch. In addition, the following choices for components and materials not otherwise specified in the specifications and the overall feasibility of the proposed methodology must be provided with the quotation. Past Experience: The Contractor shall describe their previous experience performing similar work or work with a similar degree of technical complexity, explain how their experience is relevant to this project and how their experience will ensure successful completion of the project. Past Performance: Past Performance evaluation shall be conducted to determine the overall quality of the products and services provided by the Contractor. Evaluation of Past Performance shall be based on information provided by references and/or the Contractor?s recent and relevant procurement history with NIST or it?s affiliates. The quotation must include specific contract references and clearly address recent related experience (both Government and non-Government), contracts, subcontracts, and grants. Quoters should include the name of the customer, including contracting agency, address, and phone number; contract number, type of contract, and dollar value; date place of performance; a brief description of contract work scope and responsibilities; and a list of deliverables. Offerors without relevant past performance shall not be evaluated favorably or unfavorably. Past Experience, Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** 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?s Registration (CCR) Database; 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: (7) 52.219-8, Utilization of Small Business Concerns; (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; (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); (25) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Act (NOV 2006); (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; 52.217-5 Evaluation of Options; 52.217-7 Option for Increased Quantity?Separately Priced Line Item (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within one (1) year after the date of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror?s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and technical feasibility statement; 3) Description of commercial warranty; and 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, and 6) Past experience statement. ***All quotes shall be received not later than 3:00 PM local time, on August 21, 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
SN01368666-W 20070812/070810220649 (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.