Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

66 -- Rapid Small Item Friction Feeder

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
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-0642
 
Archive Date
9/24/2009
 
Point of Contact
Anna B. Suhrie, , Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
barbara.suhrie@nist.gov, todd.hill@nist.gov
(barbara.suhrie@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 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 05-36. The associated North American Industrial Classification System (NAICS) code for this procurement is 423430 with a size standard of 100 employees. This acquisition is unrestricted. All interested quoters shall provide a quote for a Rapid Small Item Friction Feeder for Inkjet Printer. LINE ITEM 0001: Quantity of (1) each Rapid Small Item Friction Feeder for Inkjet Printer meeting or exceeding all of the following required specifications: Purpose NIST has a requirement to overcome technological barriers to high-throughput inkjet printing of reference materials for homeland security applications. Background The mission of NIST, as mandated by Congress, is to develop and promote measurements, standards, and technology to enhance productivity, facilitate trade, and improve the quality of life. Reliable standards are needed to test the performance and effectiveness of trace explosive and narcotic detectors, which protect the public and infrastructure of the U.S. Currently, NIST has an active program in trace detection metrology, which is designed to meet the measurement quality needs of organizations and agencies that use trace detectors. Measurement standards are being developed using piezoelectric ink-jet devices, which can dispense nanogram-sized droplets containing trace quantities of explosives or narcotics. Large numbers of reference materials, traceable to NIST, are needed to support the reliability and wide-scale deployment of trace detectors. NIST has developed low-throughput methods for producing such reference materials using inkjet printing, and now needs to overcome the technological barriers for scaling up production. NIST therefore requires an automated and rapid materials feeder system for integration into our existing drop-on-demand piezoelectric ink-jet deposition systems. General Requirements 1.The system must be designed for in-feed and out-feed of several types of paper and fabric-like materials, into an existing drop-on-demand piezoelectric ink-jet device. 2.The system must be capable of fully functional control through MS Windows-based software, which can display and record performance data. Specific Requirements 1.The system must be able to in-feed various squares, rectangular and circular coupons made of paper and Teflon coated fabric ranging in size from.75 inch by.75 inch to 3 inch by 3 inch. Sample materials for evaluation can be provided by NIST. 2.The system must be able to in-feed materials at a rate of at least 1 sample per second with a registration error less than 1 mm for any sample. 3.The system must be able to out-feed the samples to an area or conveyor suitable for drying the printed samples. 4.The system should provide capability to provide “start and stop pulse” to the printer control computer to initiate inkjet printing when the coupon is placed under the inkjet printer head. 5.Magazine feeder loads of at least 24 inches are required. 6.Automated replenishment of the friction feeder product holding magazine is required. 7.The inkjet printer head is adjustable and shall be modified by NIST to conform to the requirements of the friction feeder. Other Requirements 1.Delivery must be made to NIST within 90 days of award. 2.Price must include training at NIST, telephone support during normal working hours for questions regarding operation, and standard commercial warranty. Used or re-manufactured equipment will be considered for award; however, the equipment must have at least a 12 month warranty. The Contractor shall state the warranty coverage provided for the equipment. Please provide a description of the warranty provided for this equipment. 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? Please submit all questions in writing to: barbara.suhrie@nist.gov Delivery shall be FOB Destination. Delivery shall be completed no later than 30 days after receipt of order. 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. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation; and (2) Quotes the lowest price. Quotes shall include 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 meet or exceed the specifications stated above. 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. 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: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror 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 Offeror Representations and Certifications—Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 26 – 52.222-3; Convict Labor 27 – 52.222-19; Child Labor – Cooperation w/ Authorities and Remedies 28 – 52.222-21; Prohibition of Segregated Facilities 29 – 52.222-26; Equal Opportunity 30 – 52.222-35; Equal Opportunity for Special Disabled Vets 31 – 52.222-36; Affirmative Action for Workers w/ Disabilities 32 – 52.222-37; Employment Reports on Special Disabled Vets 41 – 52.225-3; Buy American Act – Free Trade Agreements – Israeli Trade Act 42 – (ii) Alternate I of 52.225-3 45 – 52.225-13; Restrictions on Certain Foreign Purchases 50 – 52.232-33; Payment by Electronic Fund Transfer – CCR 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 all technical evaluation criteria, 2) A Description of the commercial warranty; and 3) one copy of the most recent published or internal price list. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Barbara Suhrie, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on September 9, 2009. E-MAIL QUOTES WILL BE ACCEPTED, however, must include all required information. Fax quotes shall not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0642/listing.html)
 
Place of Performance
Address: 100 BUREAU DRIVE, GAITHERSBURG, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01942697-W 20090906/090905002601-30cafc18d0f55d95e62a24d066d96d59 (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.