Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

46 -- De-Ionized (DI) Water System

Notice Date
6/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose 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
SB1341-09-RQ-0343
 
Archive Date
7/25/2009
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
joni.laster@nist.gov, patrick.staines@nist.gov
(joni.laster@nist.gov, patrick.staines@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. 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) 2005-33 Effective June 15, 2009. The associated North American Industrial Classification System (NAICS) code for this procurement is 333999 with a small business size standard of 500 employees, however, this requirement is unrestricted and all interested quoters may submit a quotation. The National Institute of Standards and Technology (NIST) has a requirement for a De-Ionized (DI) Water System for Building 225, to replace the existing one which was decommissioned due to reoccurring failure and flooding. The implementation of a new De-Ionized water system is needed to recover the quality of work within the laboratories. All of the Ultra Water purifiers (18.2 MΩ/cm, TOC < 5ppb) currently in laboratories require Type II water quality to be delivered via the house DI water network. All equipment must be new. Refurbished and or remanufactured shall not be considered for award. All interested Contractors shall provide a quote for the following line items: Line Item 0001: Quantity One (1) each, De-Ionized (DI) Water System which shall meet or exceed the following required minimum specifications: 1. Must be able to deliver Type II water quality from tap water; 2. Must support feed water from the Gaithersburg city tap water line; 3. Must have at least a two stage pretreatment of feed water (e.g., via Activated Carbon and Microfiltration); 4. Must have a purification system to generate and deliver Type II analytical grade water : a. Purifies the pretreated water via by at least 3 mean, including but not limited to Reverse Osmosis, Electrodeionization, and Ultraviolet Light. Water Quality delivered must be: i. > 5 MΩ/cm ii. < 30 ppb TOC iii. <10 cfu/ml bacteria iv. >99.9% silica rejection. b. The system must be able meet or exceed 40% water recovery. c. Include a 0.22 micron filter. d. The Type II water production rate must meet or exceed 35 L/hr of product. The consumable parts of treatment system (e.g., ion-exchange resin) must be contained replaceable cartridges. e. Computer-aided control that can be displayed on- and off-unit. 5. Include 1 Type II water storage tank that meets or exceeds 250-gallon. The tank must possess the following: a. Vent filtration. b. Protected pure water overflow. c. Water level and pressure sensor d. Cannot exceed 100” height and 45” diameter. 6. One Distribution Pump. a. Supplies a DI water loop > 2500’ length and 1” diameter. b. Maintain 2-6 bar of water pressure. c. A secondary UV filtration system at the point of water loop distribution. 7. Control System. a. Complete with all necessary gauges and connections (e.g., temperature, pressure, resistivity, water flow). b. Monitors water pressure throughout the entire purification and distribution process. c. Capable of computer-assisted Alarms to send electronic notifications. 8. Automated valve system to shutdown circulation in the event of a leak. System must be a stand- alone (i.e. require only basic power and water connections) Line Item 0002: Installation The contractor will be responsible for System installation. The installation should be completed within 3 months after receipt of an order. This will entail require multiple, separate visits over the installation period. The contractor must work with NIST Plant Division to aid in and conforming to a water leak containment field that is to be constructed by NIST. During installation, the contractor will be responsible for delivery, unpacking, set-up, hook-up, and demonstration of all equipment, as well as the disposal of any generated refuse and damage. Line Item 0003: Sterilization of existing DI water loop at NIST The contractor must provide the Flushing and Sterilizing of the existing DI water loop located in Building 225 at NIST. This process must be completed and verified for cleanliness before hook-up of the water purification system to the DI water loop. Line Item 0004: Water Quality Optimization The contractor must monitor and optimize water quality at different Points of Use to ensure maximum quality. This process may entail several months of monitoring past the completion of the DI water loop Sterilization. Line Item 0005: On-site Training The contractor will provide at least 1 lesson of on-site training of all equipment functions, maintenance, data management, and basic troubleshooting Warranty: The vendor shall provide a minimum warranty period of one year from total system optimization. Contractor shall also have extended maintenance service agreements available for purchase once the standard warranty expires. The time frame for delivery/installation of the system shall be no longer than 3 months after receipt of an order. Sterilization and training may progress over 2 weeks. Water quality optimization should be started after sterilization and progress over an additional month. Additional visits by the contractor over the course of 3-4 months will be required to ensure the optimized water quality. 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 all line items to NIST, Building 225, Gaithersburg, MD 20899. Evaluation Criteria : Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor “Meeting or Exceeding the Requirement,” 2) Past Performance, and 3) Price. Technical capability, past performance and price shall be equal importance. Of the non-price factor’s, technical capability shall be the most important. Technical Capability: Technical capability shall be evaluated to determine the Contractor’s ability to successfully complete the requirements as stated herein. Product literature shall be evaluated to determine that the proposed equipment will meet or exceed all of the Governments required minimum specifications as reflected herein. Under the technical capability factor, stronger consideration shall be given to systems that exceed the following minimum specifications: 1) Must be able to deliver Type II water quality from tap water and meet these requirements: a. > 5 MΩ/cm b. < 30 ppb TOC c. <10 cfu/ml bacteria d. >99.9% silica rejection 2) Must have at least a two stage pretreatment of feed water (e.g., via Activated Carbon and Microfiltration). 3) Purifies the pretreated water via by at least 3 means, including but not limited to Reverse Osmosis, Electrodeionization, and Ultraviolet Light. 4) The system must be able to meet or exceed 40% water recovery. 5) The Type II water production rate must meet or exceed 35 L/hr of product. 6) Include 1 Type II water storage tank that meets or exceeds 250-gallons. The tank must possess the following: a. Vent filtration. b. Protected pure water overflow. c. Water level and pressure sensor d. Cannot exceed 100” height and 45” diameter. Past Performance will be evaluated to determine the overall quality of the product & services 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. 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: 52.219-28 Post-Award Small Business Program Representation; 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 w/ALT II 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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature which shall clearly demonstrate that the quote meets or exceeds all of the Governments minimum required specifications ; 3) Description of commercial warranty; 4) 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; the date of delivery or the date services were completed and a description of the equipment sold, and 4) a current copy of the Contractor’s price list or catalog pages that contain pricing for the equipment/services defined within the Contractor’s quotation. 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 July 10, 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. Fax quotes will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0343/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01857558-W 20090627/090626000906-4d3a7f59f0f0cc1b5b4aaba99b763738 (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.