Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOLICITATION NOTICE

66 -- Laser Hygrometer

Notice Date
6/2/2010
 
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
NB836050-A-04526
 
Archive Date
6/26/2010
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joshua.holliday@nist.gov, todd.hill@nist.gov
(joshua.holliday@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
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 (FAC) 2005-40.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is a 100% Small Business Set-Aside.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Laser Hygrometer. *** Background: The National Institute of Standards and Technology (NIST) requires a laser-based hygrometer for use as a check standard for tests performed using the NIST Hybrid Humidity Generator (HHG) and as a gas purifier performance monitor for the purified air used as a diluents gas within the HHG. ***All interested Contractors may provide a quote for the following: Line Item 0001: Quantity One (1) Laser Hygrometer, which shall meet or exceed the following minimum specifications: General: 1. Sensing Technique - The measured water vapor concentration must be determined by laser-absorption spectroscopy, with the exception that water vapor concentrations obtained by comparison of the spectroscopic measurements of the test gas to spectroscopic measurements of a second gas source are not permissible. 2. Environmental Requirements - The hygrometer must be capable of operating in an environment of 20 ºC ± 10 ºC, with relative humidity of 50% RH +/- 20%. 3. Input Line Voltage Requirements - The hygrometer shall operate on 110VAC, at 60 Hz, and draw less than 5 Amperes. 4. Sample Gas Composition and Gas Flow Capacity - The maximum operating flow rate through the hygrometer shall be at least 1 standard liters per minute (SLM) of humidified air. 5. Inlet Pressure Capacity - The hygrometer must be compatible with sample gas at ambient pressure. The appropriate pump shall be supplied by the manufacturer. Hygrometer Performance Specifications: 1. Operating Range - The operating range shall be from 20 X 10-9 (ppb) to 500 X 10-6 (ppm) of water in air. The 20 ppb value is required so that we can insure that the water vapor background in purified air diluents is within the uncertainty specifications for the HHG. 2. Response Time - 95% response time shall be 3 minutes or less. This requirement allows us to routinely sample the purified diluents stream at the start of calibrations requiring use of purified air. 3. Accuracy - Specified accuracy shall be the greater of +/- 4% of reading or +/- 10 ppb. 4. Stability of Zero Reading - The analyzer response to a purified gas stream shall not drift by more than 10 ppb or the analyzer's sensitivity specification, whichever is less. Construction Materials and Methods: 1. Wetted Materials - Wetted materials within the hygrometer must be compatible with making part per billion measurements. Generally, this means that components coming in contact with the test gas should be constructed of electro-polished, passivated 316L stainless steel, with a surface finish of 10 micro-inches RA (roughness average) or smoother. 2. Use of Elastomers / Elastomeric Seals - No elastomers or elastomeric seals may be used in any way that contacts the test gas stream upstream of and including the sampling cell, including applications in which the elastomer does not directly contact the gas stream, but whose proximity to the stream might create a water vapor concentration gradient that could contribute water vapor to the test gas stream, as in face-sealing applications. The following specification is a brand name (Swagelok) or equal. Brand name or equal is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency requirement. 3. Gas Connections and Tubing Fittings - All gas connections and tubing end fittings shall be ¼ inch diameter Swagelok VCR connections or equivalent, which shall meet the following salient characteristic: Metal Face-Seal Fittings. All fittings shall possess electro-polished and passivated interior surfaces as specified above. 4. Welding - Tubing runs shall be orbital welded, consistent with current high-purity practices employed by the semiconductor processing industry. 5. Leak Rate of Assembled Components - The maximum allowable leak rate is 2 x 10-8 mbar - liter/sec. Data Handling / Storage / Outputs: 1. Data Display - The output graphical display shall be scalable by the user. 2. Analog Outputs - Analog outputs shall be supplied for each gas input channel. Acceptable outputs are 0 to 10 VDC, 4-20 mA, or 0-20 mA. The outputs shall be scalable with a minimum range corresponding to a water vapor concentration from 0 ppb to 500 ppm. 3. Data Transfer Capability - The hygrometer shall be provided with either a serial port interface or IEEE-488 interface for data transfer. 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance, and price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Minimum Specifications," 2) Past Performance and 3) Price. Technical capability and past performance, when combined, are more important than price. Technical Capability is more important than Past Performance. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature that addresses all technical requirements, and that clearly documents that the offered product meets technical requirements stated above. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractors history of meeting delivery schedules for prior deliverables. 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. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The Contractor must include the references name, contact person, and contact information in the quotation. Price: Quoted price will be evaluated for reasonableness. *** 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. 52.219-6 Notice of Total Small Business Set-Aside b. 52.219-28 Post Award Small Business Program Rerepresentation c. 52.222-3 Convict Labor d. 52.222-19 Child Labor - Cooperation With Authorities And Remedies e. 52.222-21 Prohibition of Segregated Facilities f. 52.222-26 Equal Opportunity g. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans h. 52.222-36 Affirmative Action for Workers with Disabilities i. 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans j. 52.225-1 Buy American Act k. 52.225-13 Restriction on Certain Foreign Purchases, and l. 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. *** WARRANTY: The Contractor shall provide at a minimum, a one year warranty (parts and labor) on the product. 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? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? ***The manufacturer of the hygrometer must disclose the manufacturer part number and material composition of all components containing non-electro-polished stainless steel wetted surfaces, so that we may evaluate the potential degradation of performance due to their use.*** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) A list of three (3) references which includes the contact's name, phone number, and e-mail; 6) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua Holliday, 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 3:00 p.m. local time on June 11, 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: Joshua Holliday. Because of heightened security, FedEx, 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 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. 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. Offerors shall submit their quotations so that NIST receives the complete quotation not later than 3:00 PM Eastern Time on June 11, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Joshua Holliday.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB836050-A-04526/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02166115-W 20100604/100602235118-41f47e5e1caa6d9d59481c3a6fc38116 (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.