Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SOLICITATION NOTICE

66 -- large Capacity, High Precision Balance with Weight Set

Notice Date
8/22/2007
 
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-NB846030-7-06151
 
Response Due
8/30/2007
 
Archive Date
8/31/2007
 
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 in the Federal Acquisition Circular 05-18. This is a brand name or equal procurement. 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 requirement. The National Institute of Standards and Technology (NIST) has a requirement for a large capacity, high precision balance with weight set. All interested offerors shall provide a quote for the following line items, or a system with functionality equal to the following: Line Item 0001: Quantity one (1) each Mettler Toledo AX12004, Large capacity, high precision balance with weight set which consists of: 1. Balance (i) Minimum capacity = 5 kilogram (kg) (ii) Minimum readability = 0.1 milligram (mg) at 5 kg (iii) Reproducibility = must be nominally less than 2 times the readability (iv) Weighing pan must be protected with draft shield (v) Minimum weighing chamber (within draft shield) height must be at least 23 centimeters (to fit 1 liter Wheaton-type bottles) (vi) Minimum pan diameter = 15 centimeters (to fit bases of various flasks and bottles) (vii) Prefer built-in (dial) balance weights (although use of external weights may be acceptable). 2. Calibrated weight set The calibrated weight set must meet the requirements of either OIML class E1 or OIML class E2 in a protected case. If both Class E1 and E2 are available, please quote each set separately. The set (with a minimum of at least 28 weights in a 5-2-2-1 series as defined below) must include the following weights: one 1 mg; two 2 mg; one 5 mg; one 10 mg; two 20 mg; one 50 mg; one 100 mg; two 200 mg; one 500 mg; one 1 gram (g); two 2 g; one 5 g; one 10 g; two 20 g; one 50 g; one 100 g; two 200 g; one 500 g; one 1 kg; two 2 kg; and one 5 kg. Award shall be made to the offeror whose quote meets all required technical specifications as determined by an evaluation of documentation submitted in accordance with this solicitation. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical and price shall be considered to be of equal value. Evaluation of Technical Capability will be based on the information provided in the quotation. Offerors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, which clearly documents that the offered product(s) meet or exceed the specifications stated above and meet the needs of the Government in essentially the same manner as the brand name. The full text of the FAR provisions and clauses may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. 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: (15) 52.219-28 Post Award Small Business Program Representation; (16) 52.222-3 Convict Labor; (17) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (18 Prohibition of Segregated Facilities; (19) 52.222-26 Equal Opportunity; (20) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21)52.222-36 Affirmative Action for Workers with Disabilities; (22) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (26) 52.225-3, Buy American Act ? Free Trade Agreement ? Israeli Trade Act, Alternate II; (28) 52.225-13 Restriction on Certain Foreign Purchases; and (33) 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 the Line Item ? including the manufacturer or brand name, make and model of the product; 2) Technical description, sales literature and/or product literature (which address all specifications, and clearly documents that the offered product meets the specifications); 3) Description of commercial warranty, if applicable; 4) The most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov or a current registration at http://orca.bpn.gov/. The Contractor must state the warranty coverage provided for all line items. Delivery shall be stated in XX days after receipt of order. Evaluation of technical capability will be based on the information provided in the quotation. 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 consigned at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Emailed offers shall be accepted, however, all information must be included in the submission. Mail quotes to The National Institute of Standards and Technology, Acquisition Management Division, Attn: Jo-Lynn Davis, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Submission must be received by 3:30 p.m. local time by August 30, 2007.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01380769-W 20070824/070822220521 (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.