Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOLICITATION NOTICE

66 -- Maintenance and Service Agreement for DI Ultra Pure Water System and the Reverse Osmosis/ De-ionized Pure Water System - Attachment C - Attacjhment B - Attachment A

Notice Date
12/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
SB1341-10-RQ-0068
 
Archive Date
1/21/2010
 
Point of Contact
Janet M. Lamb, Phone: 3019756205, Mary Alice Powe, Phone: 301-975-8567
 
E-Mail Address
janet.lamb@nist.gov, maryalice.powe@nist.gov
(janet.lamb@nist.gov, maryalice.powe@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Maintenance and Service RODI-High Water System Statement of work Maintenance for High Purity Water System Evaluation Criteria 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 (FAC) 2005-38. *** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7M. This requirement is 100% Small Business Set Aside. *** *** The National Institute of Standards and Technology is seeking to purchase a Maintenance and Service Agreement for DI Ultra Pure Water System and the Reverse Osmosis/De-ionized Pure Water System. *** Background: The National Institute of Standards and Technology has a requirement for Maintenance and Service for DI, Ultra Pure Water System and Reverse Osmosis/De-Ionized Water System located on the NIST Gaithersburg, Maryland site. These systems are located in buildings 215, 216, 217, 219, which are located in the Advanced Measurement Laboratory (AML), and buildings 221, 222 and 227. ***All interested Contractors may provide a quote for the following: LINE ITEM 0001: Quantity One (1) Maintenance and Service Agreement for DI Ultra Pure Water System (Please see Attachment A for the STATEMENT OF WORK). LINE ITEM 0002: Quantity One (1) Maintenance and Service Agreement for Reverse Osmosis/De-ionized Pure Water System (Please see Attachment B for the STATEMENT OF WORK). OPTION LINE ITEM(S): The following items are option line items. The Contractor shall provide pricing for these items. Prices quoted shall be effective for a period of one year from the date of award. Award of option line items is at the sole discretion of the Government in accordance with 52.217-7. OPTION LINE ITEM 0003: Quantity One (1) Maintenance and Service Agreement for DI Ultra Pure Water System (Please see Attachment A for the STATEMENT OF WORK/SPECIFICATIONS). OPTION LINE ITEM 0004: Quantity One (1) Maintenance and Service Agreement for Reverse Osmosis/De-ionized Pure Water System (Please see Attachment B for the STATEMENT OF WORK/SPECIFICATIONS). OPTION LINE ITEM 0005: Quantity One (1) Maintenance and Service Agreement for DI Ultra Pure Water System (Please see Attachment A for the STATEMENT OF WORK/SPECIFICATIONS). OPTION LINE ITEM 0006: Quantity One (1) Maintenance and Service Agreement for Reverse Osmosis/De-ionized Pure Water System (Please see Attachment B for the STATEMENT OF WORK/SPECIFICATIONS). OPTION LINE ITEM 0007: Quantity One (1) Maintenance and Service Agreement for DI Ultra Pure Water System (Please see Attachment A for the STATEMENT OF WORK/SPECIFICATIONS). OPTION LINE ITEM 0008: Quantity One (1) Maintenance and Service Agreement for Reverse Osmosis/De-ionized Pure Water System (Please see Attachment B for the STATEMENT OF WORK/SPECIFICATIONS). OPTION LINE ITEM 0009: Quantity One (1) Maintenance and Service Agreement for DI Ultra Pure Water System (Please see Attachment A for the STATEMENT OF WORK/SPECIFICATIONS). OPTION LINE ITEM 0010: Quantity One (1) Maintenance and Service Agreement for Reverse Osmosis/De-ionized Pure Water System (Please see Attachment B for the STATEMENT OF WORK/SPECIFICATIONS). The Government will evaluate information based on the following evaluation criteria: 1) Experience," 2) Requirements, 3) Annual Water Treatment Program, and 4) Price. The Criteria are listed in descending order of importance with the first having the most weight and with each of the following having equal or lesser weight than the one preceding it. Award shall be made on a best value basis (Please see Attachment C for the Evaluation Criteria). Criterion 1: Experience The Offeror shall have been actively engaged in and satisfactorily performed analysis, filtration and chemical treatment of water systems as used for DI water, Reverse Osmosis, UV process, and water softening, for a period of at least ten (10) years immediately prior to the proposal due date. A. Contractor shall provide a primary technical representative to handle all contacts and service on at least a bi-weekly basis. A secondary technical representative will also be required to have a working knowledge of all facility functions as they relate to water treatment. The following information shall be submitted for the primary and secondary representatives: 1. Educational background 2. Years of experience in water treatment, DI / RODI water system 3. A sample of the persons experience in filtration, reverse osmosis, UV water treatment (i.e., service report, recommendation for improvement, flow diagram, etc.). 4. A list of five (5) clients who are familiar with the representative’s abilities in Water treatment. The list must include client names, company identification and Phone numbers. Criterion 2: Requirements A. Laboratory Support The Contractor shall own laboratory facilities or a Sub-contractor capable of performing a complete range of analytical work to assist with monitoring, control, and troubleshooting of the facilities water systems. In the event the laboratory must subcontract sample analyses due to unforeseen circumstances or on a continuing basis, the work will be placed with a NELAP, State, or other EPA accredited lab for the tests to be performed. Such work will be clearly outlined under an ASD Professional Services Agreement specifying analytical QA/QC requirements and granting authorized DEQ, state, or federal personnel on-site audit access to all information relevant to the work performed. The successful Contractor shall have access to a completely staffed laboratory that has a B.S. in Chemistry or related services. The Contractor shall provide the name of the B.S. level laboratory person, including educational background. The analytical laboratory capabilities shall include the following equipment as a minimum requirement. The Offeror shall provide examples of analytical reports that demonstrate use of each of the following: • Atomic Absorption Spectrophotometer (AA) • X-ray Fluorescence Spectrophotometer • Infrared Spectrophotometer (IR) • Particle Size Analyzer • Microscopes with Photographic Capabilities Contractor shall include with their proposal that in addition to analytical capacities, the laboratory shall be capable of performing, according to the methods “Standard Methods for the Examination of Water and Wastewater” 20th Edition, 1998. (APHA, AWWA, and WEF) the following: 1. X-ray Diffraction and Atomic Absorption for Deposit Analysis 2. Corrosion Test Strip Evaluations 3. Fireside Deposit Analysis 4. Complete Microbiological Examination 5. Infra-red Analysis 6. Alkalinity and Hardness analysis 7. Total Dissolved Solids (TDS) 8. Total Organic Carbon (TOC) 9. Dissolved Organic Carbon (DOC) 10. Free and Total Chlorine 11. Heterotrophic Plate Count bacteria (HPC) 12. Total Coliforms and E. Coli. B. Technical Support The offeror shall have a fully staffed technical support group, including a licensed Professional engineer. These personnel shall be available for consultation during normal business hours of the plant. The offeror shall submit a list of three (3) members of this support group, including their qualifications, phone numbers, and normal working hours. C. In-House Regulatory Affairs In order to assure that all water treatment programs comply with local, state, and Federal law on environmental protection, the offeror shall have an in-house regulatory affairs group. The Contractor shall provide the name and phone number of the supervisor of this group. D. Delivery Method Contractor shall supply all liquid chemicals via a drum delivery system. The drum system shall include: no chemical handling required by plant personnel and labeled. Data on the drum system shall be submitted with proposal. The Contractor shall own and operate chemical-blending facility, to assure consistent product quality and minimize liability. All manufacturing plants shall be ISO-9002 certified. Information on the chemical blending facility and ISO certification shall be submitted with proposal. E. Control Plan Offerer shall provide a sample water treatment program control booklet. This booklet shall contain an outline of the chemical program, test procedures, log sheets, product bulletins, Material Safety Data Sheets (MSDS), feed and control equipment specification. Offeror must submit copy of its control plan with its proposal. F. Personnel Instruction Provide an outline of proposed training program. The instruction shall be delivered in an electronic format and shall cover, but not be limited to: 1. Fundamentals of Water Treatment 2. Chemicals and Methods of Use 3. Procedures for Taking Samples 4. Operating and Testing Procedures G. Biocide Monitoring Program Provide information on instantaneous method as well as dip slide. Criterion 3: Annual Water Treatment Program I. Offeror shall provide a water treatment program designed for each DI and Reverse Osmosis water process, and specifically for the equipment and systems listed in the statement of work. Water treatment program shall address each system separately. Contractor shall provide the following information with its proposal. Chemical descriptions and quantity proposed for each system. Criterion 4: Price Complete Schedule, as part of Price Proposal submitted in a Separate Envelope as stated. *** 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: 1.52.212-4 Contract Terms and Conditions—Commercial Items; 2.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: a.52.219-28 Post Award Small Business Program Representation b.52.222-3 Convict Labor c.52.222-19 Child Labor – Cooperation With Authorities And Remedies d.52.222-21 Prohibition of Segregated Facilities e.52.222-26 Equal Opportunity f.52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans g.52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans h.52.225-3 Buy American Act-NAFTA; (ii) Alternate 1 of 52.225-3 i.52.225-13 Restriction on Certain Foreign Purchases, and j.52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 3.52.217-7 Option for Increased Quantity—Separately Priced Line Item The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within Line Item 0003: within 1 year of the base award Line Item 0004: within 1 year of the base award Line Item 0005: within 2 year of the base award Line Item 0006: within 2 year of the base award Line Item 0007: within 3 year of the base award Line Item 0008: within 3 year of the base award Line Item 0009: within 4 year of the base award Line Item 0010: within 4 year of the base award Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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 Line Items, technical description and/or product literature; 2) explain how your product meets or exceeds each specification/Statement of Work; 3) An original and one (1) copy of the most recent published price list(s); 4) Descriptions and prices shall be included with the optional items; 5) A list of 5 Clients: Name of the reference contact person, the company, and telephone number of the reference contact person; 6) A list of 3 members of the support group, including qualifications, phone numbers, and normal working hours; and 7) Provide a water treatment program designed for each DI and Reverse Osmosis water process, and specifically for the equipment listed in the statement of work. (Please see Attachment A, B, and C for all submissions needed for this requirement). *** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Janet Lamb, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** 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. ***Submission shall be received not later than 1:00 p.m. local time on January 6, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Janet Lamb. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. 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, Building, 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-U.S. 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. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Janet Lamb) at janet.lamb@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0068/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02029565-W 20091224/091222235231-194b473d6d90f8df072ff80a2d822186 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.