Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

66 -- Dry Vacuum Pump

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NB815040723725BS
 
Response Due
9/10/2007
 
Archive Date
9/10/2007
 
Description
THIS IS A COMBINED SYNOPSIS/SOLCITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE AND IN ACCORDANCE WITH THE SIMPLIFIED ACQUISITION PROCEDURES AUTHORIZED IN FAR PART 13 (NOT TO EXCEED $100,000). This solicitation incorporates provisions and clauses in the Federal Acquisition Circular 2005-19. This announcement constitutes the only solicitation; quotes are being requested via this announcement and a written solicitation will not be issued. The Request for Quotes (RFQ) number is NB815040723725BS. The proposed procurement is unrestricted and open to all sources. NAICS Code: 333911. Small Business Size Standard: 500 Employees. The U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration's (NOAA) Acquisition & Grants Office, Mountain Region Acquisition Division (MRAD), has a requirement for a commercially available dry vacuum pump for the National Institute of Standards and Technology (NIST). Offerors shall provide a price quotation for the following: 1.0 Specifications: Line Item 0001: 1 Each, Dry Vacuum Pump, meeting the following specifications 1) A dry vacuum pump, with no oil in the pumping line. 2) The capability of pumping corrosive gases. 3) A minimum pumping speed of 8500 liters per minute. 4) Has ultimate pressure equal to or less than 2.0 mTorr with no purging gases. 5) A throughput of at least 10 sccm while maintaining a pressure at or below 5mTorr. 6) Is new or newly factory reconditioned. 7) Has a minimum 1 year factory warranty. 8) Delivery time: 45 days after receipt of order. Award will 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, 2) Past Performance, 3) Delivery Schedule, and 4) Price. Technical Evaluation: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quote shall include product literature, which addresses all specifications and clearly documents that the product offered meets or exceeds the specifications identified herein. Offers that exceed the minimum stated requirements will be evaluated more favorably by the Government. Past Performance: Past Performance will be evaluated to determine the overall quality of the product 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 contractor's recent and relevant procurement history. 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, description of the equipment provided. Questions should be submitted in writing to the contracting officer either by fax or email no later than September 5, 2007. You may submit your quote by e-mail (Brenda.S.Summers@noaa.gov), or by fax (303-497-3163). Quotes must be received on or before close of business September 10, 2007. Please include delivery schedule, business size, and Dun and Bradstreet Number. Notwithstanding responses received - it is at the discretion of the government to add additional sources and/or consider other quotes received after close of due date if it is in the best interest of the government. The following provisions and clauses shall apply to this solicitation: The Clause 52.252-2 Clauses Incorporated by Reference (FEB 1998) applies to this acquisition. This order incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors-Commercial (SEP 2006), applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation--Commercial Items (JAN 1999)--The government will award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered; FAR 52.212-3, Offeror Representations and Certifications-- Commercial Items (NOV 2006)--Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2007), applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (JUN 2007), applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.222-3 Convict Labor (JUN 2003); 52.222-19 Child Labor (JAN 2006); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (MAR 2007); 52.225-1 Buy American Act?Supplies (JUN 2003). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)
 
Place of Performance
Address: 325 BROADWAY
Zip Code: 80305
Country: UNITED STATES
 
Record
SN01391939-W 20070902/070831220511 (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.