Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOLICITATION NOTICE

66 -- Pneumatic Control and Measurement System

Notice Date
5/14/2010
 
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
SB1341-10-RQ-0384
 
Archive Date
6/12/2010
 
Point of Contact
Charles Koehler,
 
E-Mail Address
charles.koehler@nist.gov
(charles.koehler@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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a size standard of 500 employees. BACKGROUND The Polymers Division of the Materials Science and Engineering Laboratory (MSEL) at the National Institute of Standards and Technology (NIST) provides critical measurement solutions to enable advancements in science and technology. OBJECTIVE MSEL requires one (1) Pneumatic Control and Measurement System. All interested Contractors shall provide a comprehensive quotation for Line Item 0001 (below) of which must be reflective and/or accompanied by technical literature; warranty policy of which must cover at least one (1) year for all parts, operation, servicing and replacement; lead time after receipt of order; quotation expiration date; and FOB Destination. On-site training by the Contractor is not required; however, the Contractor shall provide the End User unlimited phone consultation for a period of no less than 90 calendar days from the date of delivery acceptance by NIST of which such consultation shall instruct the End User, to the End User's satisfaction, of the setup, operation, maintenance and storage of the product. Installation by the Contractor is not required. LINE ITEM 0001: Quantity of one (1) each Pneumatic Control and Measurement System meeting or exceeding all of the following minimum specifications: 1. Independent control and monitoring of eight (8) separate channels: a. Pressure range of 0 to 1 bar b. Stability to 1 millibar c. Accuracy to 10 millibar d. Response time less than 1 s e. Fluid reservoirs for each channel, 0.5 milliliter to 15 milliliter, replaceable f. Eight (8) reservoirs suitable for 0.5 to 2 milliliters and 5 reservoirs suitable for 15 milliliter g. Reservoirs can be held separately, so that the End User can place it in a heater or temperature bath h. Control and measurement using LabVIEW, with all functions able to be used as subroutines within the End User's LabVIEW codes 2. Flow rate measurement: a. At least 6 of the 8 channels will have flow meters b. Calibrated for water c. Two percent (2%) accuracy at minimum flow, 0.2% precision d. Minimum resolution of flow rate of water is no more than 2 nanoliters per minute e. Adjustable calibration for use with other fluids including mineral oil f. System to account for temperature-dependent coefficients g. Temperature measurement output to software 3. Flow rate control: a. Selectable for each channel with a flow meter: Either pressure control with flow rate measurement or flow rate control with automatic adjustment of the pressure based on flow rate set point, flow rate measurement and feedback control b. Flow rate control in at least one channel at one time c. Stability of 0.5% 4. Operating conditions: a. Temperature ranging from 10 degrees Celsius to 80 degrees Celsius (the Contractor is not required to supply heaters nor refrigeration; however, the system and components must be compatible within the temperature range delineated) b. Fluid compatibility: Aqueous 1M acid or base, ethanol, mineral oil, hexane, toluene and chloroform DELIVERY Delivery shall be completed within the Contractor's commercial schedule upon receipt of the Purchase Order. Contractor shall state on the Quotation the lead time for all Line Items based on After Receipt of Order (ARO). Line Item 0001 shall be delivered to NIST, ATTN: Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery shall be FOB Destination. NIST shall not accept any liability relating to transit. 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. FINAL ACCEPTANCE Final acceptance shall be provided and payment in full shall be made upon receipt and acceptance of Line Item 0001. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made on a technically-acceptable, lowest-price. Technically-acceptable refers to meeting or exceeding the technical specifications delineated in this Solicitation and acceptable to the End User. The Government will evaluate quotations based on technical-acceptability, price and past performance. Past performance refers to the following: Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Offerors shall provide a list of at least three (3) references to which the same or similar products have been sold. The list of references shall include, at a minimum: (a) the name of the reference contact person and the company or organization; (b) the telephone number of the reference contact person; (c) the contract or grant number; (d) the amount of the contract and the address and the telephone number of the Contracting Officer, if applicable; and (e) the date of delivery or the date services were completed. Price and past performance shall not be evaluated on quotes that are determined to not be technically-acceptable. REQUIRED SUBMISSIONS All quoters shall submit the following as it relates to the Solicitation: 1) A Quotation which addresses the Line Item and other salient items as delineated in the Solicitation. 2) 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 quotations 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) This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program nor 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. 3) In accordance with Federal Acquisition Regulation (FAR) clause 52.204-7, the successful quoter must be registered in the Central Contractor Registration (CCR) prior to award. Reference www.ccr.gov for details. Refusal to register shall forfeit award of a purchase order. DUE DATE FOR QUOTATIONS All quotations shall be sent via E-mail as one (1) singular file to Charles Koehler, Contract Specialist, at charles.koehler@nist.gov. The E-mail header shall refer to the complete Solicitation Number of this procurement. Quotations submitted in any manner other than noted above will not be acknowledged nor honored. Submissions must be received by 10:00 AM ET on May 28, 2010. Receipt shall be calculated from the date and time the E-mail is received in the E-mail Inbox of the Contract Specialist per the electronic stamp generated by NIST's computer system, not by when it was sent by the Contractor. Quotations that are not complete or received by the expiry will not be honored nor provided an unjustifiable extension to comply, inclusive of delays in transmissions due to file size, server issues or such. PROVISIONS AND CLAUSES 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; 52.212-3 - Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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); 3) 52.222-3 - Convict Labor; 4) 52.222-19 - Child Labor (Cooperation with Authorities and Remedies); 5) 52.222-21 - Prohibition of Segregated Facilities; 6) 52.222-26 - Equal Opportunity; 7) 52.222-36 - Affirmative Action for Workers with Disabilities; 8) 52.225-1 - Buy American Act-Supplies; 9) 52.225-13 - Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 10) 52.232-33 - Payment by Electronic Funds Transfer (Central Contractor Registration); and 11) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated, of which can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0384/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02150782-W 20100516/100514235644-2feb5b1d752a6e569c7176427d644f83 (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.