Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2008 FBO #2478
SOLICITATION NOTICE

66 -- Air Tightness Measuring System

Notice Date
9/6/2008
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument 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-0496
 
Response Due
9/10/2008 3:00:00 PM
 
Archive Date
9/25/2008
 
Point of Contact
Joni L Laster,, Phone: 301-975-8397, Todd D Hill,, Phone: 301-975-8802
 
E-Mail Address
joni.laster@nist.gov, todd.hill@nist.gov
 
Small Business Set-Aside
N/A
 
Description
This notice is hereby amended to revise the Governments mininimum required specifications and to extend the due date for quotes through September 10, 2008 at 3 pm, EST. The revised minimum specifications are stated herein. ***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) 2005-26.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** NIST has a requirement for the purchase of a residential air tightness measurement system. **All interested Contractors shall provide a quote for the following line items: Line Item 0001: Quantity One (1) blower door system with software and testing accessories to support automated testing, which shall meet or exceed the following minimum specifications: (1) Maximum Flow: at least 6,000 CFM in free air and 5,000 CFM at 50 Pa; (2) Minimum Flow: 25 cfm; (3) Weight: Less than 40 lbs; (4) Flow Accuracy: +/- 3%, except at low flow settings where it must be +/- 4% or 1 CFM, whichever is greater and (5) Calibration: Meets ASTM Standard E779-03, CGSB-149.10-M86, EN 13829 and ATTMA TS1. Line Item 0002: Quantity One (1) duct leakage tester with software to analyze and document test results, and sealing film to seal registers and grilles in the field, which shall meet or exceed the following minimum specifications: (1) Maximum Flow: at least 1250 CFM in free air and 1,000 CFM at 50 Pa; (2) Minimum Flow: 10 cfm; (3) Weight: Less than 10 lbs; (4) Flow Accuracy: +/- 3% or 1 CFM, whichever is greater and (5) Calibration: Meets ASTM Standards E779-03 and 152, CGSB-149.10-M86, EN 13829 and ATTMA TS1. (6) Sealing film: Sized to cover both residential registers (about 8 inch wide) and grilles (about 2 feet wide), in at least 200 foot rolls, one dozen rolls sized for registers and four rolls for grilles Line Item 0003: Quantity Two (2) Multipoint pressure monitor, each with senors for temperature, relative humidity and carbon monoxide, which shall meet or exceed the following minimum specifications (also with a carrying case and a field stand for each unit): (1) Pressure: 8 differential pressure channels with auto-zeroing, switchable resolution of 0.1 Pa and 0.5 (Pa), with corresponding ranges of approximately +/-400 Pa and +/- 1,000 Pa, respectively; (2) Communication: RS-232 connector (9-pin) to interface to PC at 9,600 baud; (3) Power: Internal NiCd battery pack with AC power adapter; (4) Pressure accuracy: +/- 1% of reading, or 2 x resolution, whichever is greater from 0-800 Pa; (5) Voltage output accuracy: +/- 0.1% of reading, or 2 x resolution, whichever is greater (6) Temperature Sensor accuracy +/- 0.25 °C (0 to 75 °C), Range: -40 °C to 100 °C (-40 °F to 212 °F) Time Constant: 11 seconds in slowly moving air, 70 seconds in still air; (7) Relative Humidity Sensor accuracy +/- 5% RH (0 to 60% RH), +/- 8% RH at 90% RH Range: 0 to 100% RH Linearity: +/- 0.5% RH typical Response Time: 30 seconds in slowly moving air Long-Term Stability: +/- 1% RH typical at 50% RH in 5 years and (8) Carbon Monoxide Sensor accuracy: +/- 5% of reading Range/Resolution: 0 - 2,000 ppm / 0.5 ppm Repeatability: +/- 1% of signal Response Time: < 30 seconds. Line Item 0004: Quantity One (1) One True Flow Air Handler flow meter combined with an Exhaust Fan Flow meter, which shall meet or exceed the following minimum specifications: (1) Maximum Flow: 2000 cfm; (2) Minimum Flow: 400 cfm; (3) Maximum register size: 24 in by 24 in (4) Minimum register size: 14 in x 20 in (5 Weight: Less than 5 lbs; (6) Flow Accuracy: +/- 7% when used with digital pressure gauges ***The Contractor shall provide a minimum of a one (1) year warranty to cover parts and labor for the instrumentation. *** ***Delivery shall be completed not later than 90 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. *** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, and price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical capability and price shall be of equal importance. Technical Evaluation: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. *** 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: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (24) 52.222-50 Combating Trafficking in Persons (25) 52.225-I Buy American Act - Supplies (31) 52.225-13 Restriction on Certain Foreign Purchases; (36) 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 Item 0001; 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(s). 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 quotes shall be received not later than 3:00 PM local time, on September 10, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@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. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1fd4966956b151645479a9eabcbca72e&tab=core&_cview=1)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01662364-W 20080908/080906214440-1fd4966956b151645479a9eabcbca72e (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.