Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOLICITATION NOTICE

66 -- OUTGASSING MEASUREMENT SYSTEM

Notice Date
7/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
NB822110A06440
 
Archive Date
8/27/2010
 
Point of Contact
Chris M. Ganey, Phone: 301-975-6205, TODD HILL, Phone: 301-975-8802
 
E-Mail Address
CHRISTOPHER.GANEY@NIST.GOV, todd.hill@nist.gov
(CHRISTOPHER.GANEY@NIST.GOV, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
CLASSIFICATION CODE: 66- Laboratory Equipment and Supplies TITLE: Outgassing Measurement System SOLICITATION NUMBER: NB822110-A-06440 RESPONSE DATE: August 12, 2010 CONTACT POINTS: Chris Ganey, Contract Specialist, (301) 975-6205 Todd Hill, Contracting Officer, (301) 975-8802 DESCRIPTION: The National Institute of Standards and Technology (NIST) has a requirement for an Outgassing Measurement System to be used in the Mass and Force Division at NIST, Gaithersburg, MD. 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 SEPARATE 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) 2005-44. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Chris Ganey. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. All offerors shall provide a quotation for the following line items: Line Item 0001: One (1) Outgassing Measurement System STATEMENT OF WORK: Introduction The contractor shall furnish the necessary personnel, material, equipment, and services to fabricate, test, deliver and install an Outgassing Measurement System. Minimum Requirements The system shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. Outgassing Measurement System Specifications: The outgassing measurement system must contain the following components with the listed specifications; refer to Fig. 1 for guidance: 1. Vacuum Chamber a. Chamber shall be spherical in shape with an outer diameter of 12 inches and 3/16 inch thick walls b. Material: 304 stainless steel with electropolished finish inside and outside c. The following ports with knife-edge seals (ConFlat-style flanged), with through holes, in the specified quantities (in parentheses) and diameters: i. (4) 8.0 inch CF flanged ports ii. (2) 6.0 inch CF flanged port iii. (1) 4.5 inch CF flanged ports iv. (4) 2.75 inch CF flanged ports d. The center line of each port shall pass through the center of the sphere e. Spherical chamber is bakeable to at least 250 oC when fitted with copper-gasketed blank flanges and evacuated. f. Blank flanges shall be provided for all ports except one of the 8 inch ports; this will be used as a pumping port. g. Fastening hardware (bolts, washers, and nuts) shall be provided for all ports h. Evacuation to a pressure of 10-10 torr must be possible when the chamber is appropriately baked. i. An air operated, stainless steel gate valve between main turbo pump and vacuum chamber must be provided. The gate valve shall have a metal sealed bonnet and be bakeable to 250 oC. The gate valve shall be actuated with 24 volt dc solenoids that contol pneumatic valves. The power supply for valve shall be provided. The gate valve must have a roughing port with a 2.75 inch Conflat-style flange. J. A manually actuated venting valve shall be provided and located in relation to the gate valve such that the vacuum chamber can be vented independently of the pumping system. This valve should be compatible with the overall ultra-high vacuum construction of the chamber, having a stainless-steel body, an internal metal bellows design, a welded body-to-bonnet seal, metal gasketed sealing faces and VCR-4 female end connections. The venting valve must have a metal stem sealing tip and withstand working temperatures up to 200 oC. 2. Frame for mounting vacuum chamber a. Material: Steel or aluminum b. Frame height shall be no less than 36 inches and no more than 48 inches. Frame footprint shall be approximately 48 inches by 48 inches. c. Vacuum chamber must be easily accessible on top of mounting frame. Top of frame shall be aluminum or steel plate. d. Frame shall contain a standard 19 inch rack mount for mounting gauge controllers, etc. e. All necessary hardware (brackets, mounting rings, etc.) for mounting spherical chamber shall be provided. f. Frame shall be on lockable wheels 3. Pumping System a. Main Turbomolecular pump i. Pumping speed of at least 500 L/s for Nitrogen ii. Compression ratio of at least 1 x 106 for hydrogen and 1 x 109 for nitrogen iii. 8 inch diameter Conflat-type inlet flange iv. Splinter screen on pump inlet v. Air cooled, with fan and power supply provided. vi. Electronic control unit for all pump operations vii. All necessary cables and connectors for operation viii. A baking jacket and appropriate cabling shall be provided to bake the Main Turbopump to 80 oC ix. Must operate on US standard 117 VAC power. b. Auxiliary pumping system to back main tubomolecular pump i. Auxiliary pumping system shall consist of a small turbo pump and a scroll pump ii. The turbomolecular pump shall have a pumping speed of at least 50 L/s for Nitrogen, and a compression ratio of at least 5 x 108 for Nitrogen and 5 x 104 for He. iii. The turbomolecular pump shall have a Conflat-type knife edge seal inlet flange iv. There must be a splinter screen at the aux. turbo pump inlet v. The scroll pump shall be of the dry scroll design having a pumping speed of at least 7.9 cubic feet per minute for nitrogen, and the inlet port shall be NW 25 or larger. The outlet port shall be NW 16 or larger vi. The scroll pump shall be interlocked to the primary turbo pump vii. All electronic cables and connectors necessary for operation of the both pumps shall be provided viii. Both pumps of the Auxiliary pumping system must operate on US standard 117 VAC power. ix. All vacuum plumbing necessary (valves, bellows, fittings, etc.) for connection to main turbomolecular drag pump (Item a above) shall be provided. Refer to Fig. 1 x. All vacuum plumbing necessary (valves, bellows, fittings, etc.) for independent roughing of vacuum chamber with the scroll pump through the gate valve roughing port. Must have an isolation valve for isolating this pump from the Main Turbomolecular pump. 4. Vacuum Gauging System a. Ionization gauge tubes and controller i. Two Ionization gauge tubes of the glass enclosed Bayard-Alpert type are required. Each gauge tube shall have dual tungsten filaments and be mounted on 2 ¾ inch Conflat-type flanges. Appropriate cables to connect the ionization gauge tubes to the controller must be provided and be at least 10 feet in length. ii. Ionization gauge controller(s) must provide all voltages and currents to operate both Bayard-Alpert gauges simultaneously, and indicate pressure to three significant figures ( i.e., #.## x 10-#) over the range of 10-1 Pa to 10-8 Pa iii. Must operate on US standard 117 VAC power. b. Convection Enhanced Pirani Gauge i. A convection enhanced Pirani gauge able to measure pressure from 100 kPa (atmospheric pressure) to 10-1 Pa ii. The gauge must be mounted on an NW type flange iii. Must have a digital display, analog output, and digital communications port iv. All appropriate cabling and power supplies must be furnished. v. Must operate on US standard 117 VAC power. c. Wide range gauge i. A wide range gauge covering 10-7 Pa to 100 kPa (atmospheric pressure) will be provide for placement between the main and auxiliary turbopumps ii. The gauge shall incorporate two or more sensors for measuring the entire range of pressures, for example, a strain gauge and a cold-cathode gauge. iii. This gauge shall have either a NW or CF type flange iv. The gauge must have a digital display and have a digital communications port such as RS232 or RS485. Installation The system shall be installed by the Contractor and meet contract specifications no later than two weeks after delivery. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, rigging, set-up and hook-up of the system, demonstration of all specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD- Building 219. Training The contractor shall conduct one (1) training session for up to six (6) users at NIST. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and on-site measurements demonstrating that no damage or misalignment issues arose during transportation and installation, but shall be completed no later than 30 days after /installation. Inspection and Acceptance In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor's expense. PERFORMANCE TESTS: 1. Base pressure test #1: pressure of 5.0 x 10-6 Pa or less shall be achieved 24 hours after start of pumping without baking. 2. Base pressure test #2: pressure of 5.0 x 10-8 Pa or less shall be achieved 24 hours after baking the high vacuum chamber to 200 oC for a period of no longer than 24 hours. 3. Leak test: Using NIST-owned helium leak detector, the system must demonstrate a leak rate not exceeding 2 x10-10 std cc/s before and after baking. Express Warranty The contractor shall warrant the entire system for a period of at least one year from the date of final acceptance by NIST. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. Delivery Delivery shall be FOB DESTINATION and shall take place not later than eight weeks after contract award. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Those marked with an asterisk are provided in full text in Attachment 1. Provisions *52.212-1, Instructions to Offerors-Commercial Items *52.212-3 Offeror Representations and Certifications-Commercial Items Offerors shall 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. Clauses *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 (APRIL 2010) 52.219-6, Notice of Total Small Business Set-Aside 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-1, Buy American Act - Supplies 52.225-13 Restriction on Certain Foreign Purchases; 52.232-30, Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. *52.237-2 Protection Of Government Buildings, Equipment, And Vegetation *52.247-34 F.O.B. Destination *1352.201-70 Contracting Officer's Authority *1352.209-73 Compliance With The Laws *1352.233-70 Harmless From Liability NIST Local Clause_04 Billing Instructions INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on Tuesday, August 12, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at christopher.ganey@nist.gov. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Chris Ganey, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. 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 48 hour (excluding weekends and holidays) prior notice shall be provided to Chris Ganey, Contract Specialist on 301-975-6205. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and four copies of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, preferably FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and four copies of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The Offerors shall acknowledge that NIST will not store the equipment onsite before it is installed. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "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) Note: 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. QUOTATION EVALUATION: Evaluation Factors Basis for Award shall be technically acceptable/ lowest price.. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price. 1. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Technical capability must meet or exceed the Government's performance specifications. 2. Price will be evaluated for reasonableness. Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/NB822110A06440/listing.html)
 
Record
SN02222028-W 20100731/100729235213-c63d3a2fee6fe967b8cb6ae35b16fc62 (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.