Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

66 -- Gas Chromatograph System

Notice Date
5/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
SB1341-09-RQ-0255
 
Archive Date
6/16/2009
 
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
(joni.laster@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. 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) 2005-32. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees and only small businesses shall be considered for award as this requirement is set-aside 100% for small business. In accordance with the non-manufacturer rule, the manufacturer and distributor of these supplies must be a small business in accordance with the NAICS code identified. For size purposes, there can be only one manufacturer of the end item being acquired. The manufacturer is the concern which, with its own facilities, performs the primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end item being acquired. The end item must possess characteristics which, as a result of mechanical, chemical or human action, it did not possess before the original substances, parts or components were assembled or transformed. The end item may be finished and ready for utilization or consumption, or it may be semi-finished as a raw material to be used in further manufacturing. Firms which perform only minimal operations upon the item being procured do not qualify as manufacturers of the end item. All interested Contractors shall provide a quote for the following line items: Line Item 0001: Quantity One (1) Gas Chromatograph System meeting or exceeding the following required minimum specifications: 1. The entire portable Gas Chromatograph system for sampling and acquisition must have a footprint and height of which shall allow for installation in diverse confined spaces. Shall have a maximum foot print of 20” wide x no larger than 15” high. 2. The auto-sampling portion of the system must be an integral part of the Gas Chromatograph and be upgradeable to enable cryofocusing the sample on the sample tube; 3. The auto-sampling portion of the system must desorb directly to the Gas Chromatograph column without the need for an external transfer line between the autosampler and the Gas Chromatograph column; 4. The Gas Chromatograph must be configured with two (2) fully uncoupled chromatographic systems operating completely independent of one another so as to allow separate and different simultaneously running analytical methods; 5. The two (2) independent systems of each Gas Chromatograph must be identical and contain the following features: the programmable air sampling and concentration units mentioned in specifications three (3) and four (4) above, a temperature-programmable column oven with dual injection valves and dual columns, and be capable of concurrently analyzing the sample with a multiple detector array, minimally consisting of a Photo ionization detector (PID), Flame ionization detector (FID), and Dry Electrolyte Conductivity Detector (DELCD) in series. 5. The hardware and software for simultaneous control, processing and storage of six (6) separate detector signals from the two (2) systems must be integral to the Gas Chromatograph so that it can be operated from any computer without the need of an A/D card; 7. The two (2) Gas Chromatographs must be programmable to run from a laptop or note book computer; 8. Equipment must be compatible with current analytical equipment, operating programs and data analysis software as follows: 1/8” diameter, 6” long sample concentration trap with desorption heaters attached, a quiet (low noise) air sampling pump to draw samples flow rate of at least 100 mL/minute (up to approximately 200 mL/min is preferred), Must be able to attach 1/8” stainless steel sample lines to the sample concentration traps, and able to use Peak Simple software to collect and analyze chromatographic data from four (4) detectors simultaneously. The Contractor shall provide a minimum of a twelve (12) month warranty for the instrumentation. A response time of not more than six (6) hours or less must be provided in response to a remote request for technical assistance. The Contractor shall state the warranty coverage provided for the equipment. Delivery shall be completed not later than four (4) weeks 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. The Government shall award a purchase order resulting from this solicitation to the responsible quoter who provides a technically acceptable product, has a positive record of past performance, a satisfactory level of relevant experience and quotes the lowest price. The following will be used to evaluate quotations: TECHNICAL CAPABILITY PAST PERFORMANCE RELEVANT EXPERIENCE PRICE TECHNICAL CAPABILITY Technical capability shall be evaluated to determine that the proposed equipment meets or exceeds all specifications. Product literature shall be evaluated to determine that the proposed equipment will meet all of the Governments required specifications identified herein. RELEVANT EXPERIENCE Contractors experience and response time when diagnosing and remotely communicating instructions on how to repair equipment in the field shall be evaluated. PAST PERFORMANCE Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor’s history of successfully meeting delivery schedules. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its’ affiliates. PRICE Price shall be evaluated for reasonableness and realism, consistent with the Contractor’s technical submissions. Technical capability, past performance, and relevant experience, when combined, shall be approximately equal in importance to price. If Technical Capability, Past Performance, and Relevant Experience are equivalent, price shall be the determining factor. Past Performance, Relevant Experience and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. 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: 52.219-6, Notice of Total Small Business Set-Aside 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; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; ALTERNATE I 52.225-13 Restriction on Certain Foreign Purchases; 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 quoter’s shall submit the following: 1. An original and one (1) copy of the quotation which addresses all line items; 2. For the purpose of evaluation of Technical Capability, quoter's must submit An original and one (1) copy of the technical description and/or product literature that shows the technical capability of the proposed product to meet or exceed the minimum specifications ; 3. For the purpose of evaluation of Relevant Experience, quoter's must submit documentation to describe the Contractor's capability to provide equipment and perform services as described herein. Information shall include the average response times to customer repair calls. 4. For the purpose of evaluation of Past Performance, quoter's 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; the date of delivery or the date services were completed and a description of the equipment sold to the three (3) references; 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 June 1, 2009 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 301-975-8397. 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-mail quotes ARE acceptable, however, fax quotes will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0255/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01824227-W 20090522/090521005802-838e14fd8b62a597ce8bf427a9f06462 (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.