Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

34 -- Automatic Fabric Guide System for Pilot Paper Machine

Notice Date
8/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-08-RQ-0643
 
Response Due
9/9/2008 3:00:00 PM
 
Archive Date
9/24/2008
 
Point of Contact
Debra Ann Rosa,, Phone: 301-975-3679, Debra Ann Rosa,, Phone: 301-975-3679
 
E-Mail Address
debra.rosa@nist.gov, debra.rosa@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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. SIMPLIFIED ACQUISITION PROCEDURES ARE BEING UTILIZED 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 with a small business size standard of 500 employees. This requirement is a total small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a small business under the NAICS code identified above. ** ***BACKGROUND: A project at the National Institute of Standards and Technology (NIST) Materials Science and Engineering Laboratory involves the operation of a pilot scale (25" wide web) Rotoformer/Cylinder (R/C) paper fabrication facility, manufactured by the Sandy Hill Corporation approximately 30 years ago. NIST requires an automatic “traveling web” fabric guide system for the NIST research paper machine in Building 231, Room A267. *** ***Line items 0001 and 0002 are BRAND NAME or EQUAL requirements. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency’s needs.*** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity four (4) each Model 120 Automatic Guide with pillow block roll mounting as manufactured by R-V INDUSTRIES INC or equivalent. The system must consist of the following components, or equivalent, and meet all of the salient characteristics as follows: 1.Guide system metal components including guide frame and pillow block saddle constructed from 316L stainless steel. 2.Equipped with rubber bellows for guide frame positioning that enclose and protect slide pivots located within bellows. 3.Slide pivots equipped with needle bearing and hardened shafts 4.Guide system critical dimensions: (a)pillow block bearing foot width dimension = 54 mm (2.125") ± 3 mm (0.125") (b)pillow block bearing foot length dimension = 203 mm (8") ± 3 mm (0.125") (c)pillow block saddle to be drilled and tapped with two, ˝"-13, holes on 165 mm (6˝") centers (d)guide frame base to be drilled with two holes, 15.875 mm (⅝") in diameter on 225.425 mm (8⅞") centers for mounting to dryer frame 5.Guide roll bearing I.D. to be used is 36.5125 mm (1.4375") and guide roll face width is 965.2 mm (38"). 6.Overall guide height dimension ≤ 356 mm (14") Line Item 0002: Quantity four (4) each Model 200 Thru-Flo Guide Controller equipped with a “flat palm” felt position sensor, mounting stand, filter/regulator, and fail-safe valve as manufactured by R-V INDUSTRIES INC or equivalent, and meet all of the salient characteristics as follows: All stand components to be constructed from stainless steel with a ceramic coating on “flat palm” felt position sensor. The width of the “flat palm” must be ≥ 76 mm (3") and ≤ 102 mm (4"). The height of the “flat palm” must be ≥ 102 mm (4") and ≤ 165 mm (5"). *** The Contractor shall provide a minimum of one (1) year of warranty in the quotation and state the coverage provided. In addition to manufacturer defects and other provisions and limitations stated in the Contractor’s warranty, the Contractor shall provide unlimited telephonic technical support during the warranty period. In addition, the Contractor shall be responsible for any costs, insurance, shipping costs back and forth, any travel expenses, and arrangements to accomplish any required service during the warranty period.*** ***Delivery shall be made within thirty (30) days ARO and 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 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, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640.*** ***Award will be made on a lowest price technically acceptable basis. Technical acceptability means that the quote meets the stated manufacturer’s specifications herein.*** Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature that addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name. *** 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: 1.52.211-6 Brand Name or Equal; 2.52.212-4 Contract Terms and Conditions—Commercial Items; 3.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: a.52.222-3 Convict Labor b.52.222-19 Child Labor – Cooperation With Authorities And Remedies c.52.222-21 Prohibition of Segregated Facilities d.52.222-26 Equal Opportunity e.52.222-36 Affirmative Action for Workers with Disabilities f.52.222-50 Combating Trafficking in Persons g.52.225-3 - Alt. 1 (Jan 2004), Buy American Act- Free Trade Agreement – Israeli Trade Act h.52.225-13 Restriction on Certain Foreign Purchases, and i.52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. j. 52.225-1 Buy American Act - Supplies 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 Item 0001 and 0002; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list. *** 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.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Debra Ann Rosa, Building 301, Room B158, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640 or debra.rosa@nist.gov. E-mailed quotes are acceptable and preferred. Faxed quotes will NOT be accepted. *** ***Submission shall be received not later than 3:00 p.m. local time on September 9, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B158, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Debra Ann Rosa. Because of heightened security, FedEx, 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 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. 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, Building, 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-U.S. 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. ***Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Debra Ann Rosa) at debra.rosa@nist.gov ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1230257b4292a694a8c0f7aa5dc6909a&tab=core&_cview=1)
 
Place of Performance
Address: To Be Determined, United States
 
Record
SN01654268-W 20080830/080828222446-1230257b4292a694a8c0f7aa5dc6909a (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.