Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

66 -- Pressure transducers and signal conditioner/displays

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333295 — Semiconductor 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
SB1341-10-RQ-0150
 
Archive Date
3/31/2010
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Carol A. Wood, Phone: 301-975-8172
 
E-Mail Address
joni.laster@nist.gov, carol.wood@nist.gov
(joni.laster@nist.gov, carol.wood@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) 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 333295 with a small business size standard of 500 employees, however, all interested parties may submit a quotation. The National Institute of Standards and Technology (NIST) has a requirement for pressure transducers, signal conditioner/displays and cables. All equipment must be new. Refurbished and or remanufactured equipment shall not be considered for award. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency's requirement. The equipment must meet all of the salient characteristics of the brand name identified below to be considered an equivalent: All responsible quoters shall provide a quotation for the following line items: LINE ITEM 0001: Quantity five (5) each, Differential Pressure Transducer, Model 698A11TRB, manufactured by MKS Instruments, Inc. or equivalent: a. 10 torr full range with 0.1% of reading accuracy; b. Analog 0-10V output; c. Swagelok or National Pipe Thread (NPT) fittings; the required brand names are to ensure compatibility with the existing fittings for which this equipment shall be used with; d. minimum readout shall be 5 digits; stronger consideration shall be given to an instrument capable of readouts higher than 5 digits; e. Unit shall read down to 1x10-5Torr and have a resolution of 1x10-6Torr; f. Unit shall be temperature regulated to 45C and have a zero temperature coefficient of 4ppm or better and a maximum over pressure of 45psia LINE ITEM 0002: Quantity five (5) each, Signal Conditioner/Display, Model 670BD81 without IEEE488 interface option, manufactured by MKS Instruments, Inc. or equivalent:. a. shall have a front panel that allows for full control of all the instrument's features; b. range switching may be done manually or automatically, selecting the lowest possible on-scale range; c. may be used with any sensor full scale and shall display pressure in any one of 12 engineering units; d. sensor response time may be set for 1, 40, 400 msec, and a data averaging feature shall allow the user to average signals from 0.1 to 10 seconds, to optimize the pressure readings for transients or noisy pressures. e. shall allow analog voltage output LINE ITEM 0003: Quantity five (5) each, Cables, Model CB270-2-10, manufactured by MKS Instruments, Inc. or equivalent: a. 10 ft. length The Contractor shall provide, at a minimum, a one year warranty for this equipment. The Contractor shall state the warranty terms. Delivery shall be completed not later than 8 weeks after receipt of an order. 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. 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," and 2) Price. Best value shall be determined based on the overall value of the proposed equipment to the Government. Price and technical exceedences shall be considered. Should all quotes be determined technically equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which addresses all salient characteristics & clearly documents that the product offered meets or exceeds the salient characteristics identified herein. Under the technical capability evaluation factor, stronger consideration shall be given to an instrument capable of exceeding the 5 digit minimum readout as specified in line item 0001 specification d. 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 salient characteristics of the brand name specifications stated above. 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: 52.211-6 Brand Name or Equal; 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 Rerepresentation; 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 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 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 quoted product meets or exceeds all salient characteristics; 3) Description of commercial warranty and 4) A copy of the Contractor's current price list or catalog pages that contain the commercial pricing of the equipment they are proposing. 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 March16, 2010 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/SB1341-10-RQ-0150/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02081059-W 20100304/100302235608-a89bbf006c79cd7e4b2805df99fda9a5 (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.