Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

36 -- Pressure Vessels

Notice Date
9/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery 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-04686
 
Archive Date
9/30/2008
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Todd D Hill,, Phone: 301-975-8802
 
E-Mail Address
carol.wood@nist.gov, todd.hill@nist.gov
 
Small Business Set-Aside
N/A
 
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 through Federal Acquisition Circular 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 333298 with a small business size standard of 500 employees. This acquisition shall be procured using full and open competition. LINE ITEM 0001: Quantity one (1) each Pressure Vessel meeting all of the following required specifications. All equipment must be new. Used or remanufactured equipment shall not be considered for award. (1) 2000 liter (L) total volume or greater, pressure vessel, or vessels, also known as gas cylinder(s); (2) The pressure vessel may be one single pressure vessel or any number of smaller pressure vessels or cylinders. For example, 46 x 43 L standard hydrogen compatible gas cylinders would be acceptable; (3) The pressure vessel shall act as a tank farm, supplying pressurized gas (helium, argon, nitrogen, methane, hydrogen) to a gas compressor. The gas is not the responsibility of the Contractor; (4) The pressure vessel must be compatible with hydrogen service and must be rated to a minimum of 1000 psia working pressure; (5) If the 2000 L pressure vessel is composed of a number of smaller pressure vessels ( i.e. 46 x 43 L standard gas cylinders), the smaller pressure vessels must be connected with a manifold consisting of tubing with a minimum of 0.18” I.D. and a manual valve allowing the isolation of each volume; (6) The Contractor shall provide documentation that each volume, the tubing, and the valves making up the manifold, meet the ASME Boiler and Pressure Vessel Code; (7) All pressure vessels, valves and tubing must be compatible with hydrogen service. LINE ITEM 0002: Quantity 1 each Pressure Vessel meeting all of the following required specifications. All equipment must be new. Used or remanufactured equipment shall not be considered for award. (1) Pressure vessel, also known as a gas cylinder, rated to a minimum of 10,000 psia working pressure; (2) Must be compatible with hydrogen service; (3) Must have a volume of between 40 liters (L) and 70 L; (4) The Contractor shall provide documentation that each cylinder meets the ASME Boiler and Pressure Vessel Code for 10,000 psia service; (5) Must be constructed of materials compatible with high pressure hydrogen service; (6) The cylinder shall have two female threaded ports, one port at each end of the pressure vessel; (7) The threaded ports shall be 1 inch I.D. or larger. The Contractor shall supply male threaded plugs for the threaded ports, and o-rings if necessary, rated to the 10,000 psia hydrogen compatible service. OPTION LINE ITEMS Line Items 0003 through 0008 are option line items. Quoters providing a price quotation for Line Item 0002 must provide a quotation for line items 0003 through 0008. The resultant award for Line Item 0002 will include the base purchase of one each, plus the option for the Government to purchase an additional 6 pressure vessels not later than one year after award. Prices for the option line items shall remain valid for a period of one year after the date of award. The Government may exercise these option line items, based on the Government’s need at any time beginning on the date of award and ending one year after the date of award. LINE ITEM 0003 – OPTION LINE ITEM Quantity 1 each Pressure Vessel meeting all of the required specifications identified in Line Item 0002. All equipment must be new. Used or remanufactured equipment shall not be considered for award. LINE ITEM 0004 – OPTION LINE ITEM Quantity 1 each Pressure Vessel meeting all of the required specifications identified in Line Item 0002. All equipment must be new. Used or remanufactured equipment shall not be considered for award. LINE ITEM 0005 – OPTION LINE ITEM Quantity 1 each Pressure Vessel meeting all of the required specifications identified in Line Item 0002. All equipment must be new. Used or remanufactured equipment shall not be considered for award. LINE ITEM 0006 – OPTION LINE ITEM Quantity 1 each Pressure Vessel meeting all of the required specifications identified in Line Item 0002. All equipment must be new. Used or remanufactured equipment shall not be considered for award. LINE ITEM 0007 – OPTION LINE ITEM Quantity 1 each Pressure Vessel meeting all of the required specifications identified in Line Item 0002. All equipment must be new. Used or remanufactured equipment shall not be considered for award. LINE ITEM 0008 – OPTION LINE ITEM Quantity 1 each Pressure Vessel meeting all of the required specifications identified in Line Item 0002. All equipment must be new. Used or remanufactured equipment shall not be considered for award. DELIVERY Delivery terms shall be FOB DESTINATION. Delivery of the equipment shall be completed in accordance with the Contractor’s commercial schedule. 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 consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made on a Technically Acceptable/Low Price basis. Award shall be made to the Contractor whose quote meets all technical specifications and quotes the lowest price. Evaluation of Technical Acceptability shall be based on information provided in the quotation. The quotation submitted shall be evaluated to determine that the equipment meets all required specifications. Award shall NOT be made on an award all or none basis. The Government reserves the right to make multiple awards. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors — Commercial; 52.212-3, Offeror Representations and Certifications — Commercial Items; and 52.217-5 Evaluation of Options-- Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). In accordance with FAR 52.212-3 Offeror Representations and Certifications — Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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: 52.222-3, Convict Labor; 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act with Alternate II; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.217-7 Option for Increased Quantity—Separately Priced Line Items. REQUIRED SUBMISSIONSAND DUE DATE FOR QUOTATIONS All quoters shall submit the following: 1) An original and one copy of a quotation which addresses Line Item 0001; 2) For evaluation of technical acceptability: Quoters shall submit product literature, which includes, at a minimum, the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and clearly documents that the offered products meets the specifications stated above. With respect to Line Item 0001, the Contractor shall provide documentation that each volume, the tubing, and the valves making up the manifold, meet the ASME Boiler and Pressure Vessel Code; With respect to Line Items 0002-0008, the Contractor shall provide documentation that each cylinder meets the ASME Boiler and Pressure Vessel Code for 10,000 psia service; 3) A description of the Contractor’s commercial warranty; Please include the following details: 1. Length of warranty. 2. What is included? (parts, labor) 3. Is the warranty on-site or return to vendor? If on-site - is travel included? If return to vendor - is shipping to and from NIST included? 4) 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. 5) QUOTERS MUST INDICATE THE COUNTRY OF ORIGIN FOR THE EQUIPMENT QUOTED. 6) The successful Contractor MUST have an active registration at www.ccr.gov prior to September 19, 2008. Failure to register or maintain an active registration shall automatically forfeit award of any resultant purchase order. All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 12:00 noon Eastern Time time on September 15, 2008. FAX quotations shall not be accepted. E-mail quotes shall be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9ce8f31471d785261efa246f0a8eaf41&tab=core&_cview=1)
 
Place of Performance
Address: Ship to:, NIST/Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01668159-W 20080913/080911231618-9ce8f31471d785261efa246f0a8eaf41 (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.