Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

66 -- Wet Glove Box

Notice Date
8/3/2010
 
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
NB610020A06479
 
Archive Date
9/1/2010
 
Point of Contact
CHRISTOPHER JOHN GANEY, Phone: 3019756205, Todd D 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
Total Small Business
 
Description
CLASSIFICATION CODE: 66- Laboratory Equipment and Supplies TITLE: Wet Glove Box SOLICITATION NUMBER: NB610020-A-06479 RESPONSE DATE: August 17, 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 a Wet Glove Box to be used in the Center for Neutron Research (NCNR) 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 the Contracting Officer. 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. 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) Wet Glove Box. STATEMENT OF WORK: Introduction The contractor shall furnish the necessary personnel, material, equipment, and services to fabricate, test one and deliver one Wet Glove Box. Background A. Background The National Institutes of Standards and Technology Center for Neutron Research (NCNR) has a requirement for an inert atmosphere glove box. The glove box must provide a safe environment for sample preparation. The glove box will be used for wet materials (i.e. chloroform, dimethylformamide (DMF), deuterium oxide). The materials that will be used in the glove box often react violently with oxygen and water. The glove box must provide space and accessories for sample preparation as well as a purification system that will assure the desired atmospheric integrity. B. Purpose and Objective of Procurement The purpose of the procurement is to acquire a glove box that will provide a safe environment for sample preparation of materials that are studied using neutron scattering. 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. Contractor Requirements 1. General Requirements a. The overall dimensions of the glove box including the antechamber shall not be greater than 80"W x 36"D x 40"H. The purification, regeneration, and vacuum systems shall not add to these dimensions; they should be accommodated below the glove box due to space restrictions. b. It should be single-sided, 2-port length with two removable inner port covers. c. The glove box must be made of Stainless Steel (304) at least 3-mm thick. d. The dimensions of the antechamber shall be at least 15"D x 24"L with a sliding tray. The antechamber dimensions are included in the overall dimensions of the glove box. e. Window material should be compatible with halogenated and non-halogenated solvents and at least 10-mm thick. 2. Ancillary Requirements a. It must have either 2 double receptacle electrical outlets, or an electrical feed through with power strip. b. For storage, it must have a minimum of 2 removable and adjustable shelves on the wall opposite the antechamber. c. For illumination, it must have overhead fluorescence lights. d. The glove material must be compatible with halogenated and non-halogenated solvents. 3. Gas Purification System a. NIST requires a purifier column for the removal of water and oxygen b. NIST requires a solvent trap between the purifier and the internal glove box work environment to protect the purifier from the solvents (i.e. chloroform, DMF, deuterium oxide) that will be used in the glove box. c. The solvent trap shall contain at least 4 kilograms of the absorber and be outfitted with bypass and isolation valves. d. A single stage purifier with a 40 to 50 CFM blower. e. Automatic catalyst regeneration with the programmable logic controller (PLC). f. The analyzer must be sensitive to better than 1-ppm oxygen and 1% water. 4. Control System a. It must have a programmable logic controller (PLC) and LCD interface. The ability to switch to manual control is desired. b. The glove box must have automatic antechamber control, automatic regeneration, and automatic pressure control. c. It must have a foot pedal for manual pressure control of the glove box. 5. Vacuum Pump - 10 cfm Edwards dry pump. Currently, the vast majority of vacuum pumps at the NCNR are Edwards dry pumps. The staff is equipped and experienced at servicing this type of pump. Also, in the event of a vacuum pump failure, the glove box pump could be replaced with exactly the same model type. Requirement 5 is brand name only for the Edwards Dry Pump. 6. Other Requirement a. The contractor must provide detailed drawings for approval by the TIC b. The contractor must provide technical support via the telephone or email with a response time of less than 24 hours. c. The contractor must provide a minimum of two year service warranty including parts and labor. d. The contractor must supply one hard copy and one electronic copy of the manual and documentation. e. The contractor will propose a fee schedule that accounts for the delivery and a visit by a technical representative for installation inspection, testing, and training. The NCNR anticipates that installation may follow delivery by up to one year. C. Government Responsibilities 1. The government will provide any electrical connections, gas lines, and regulators from required gas cylinders to the glove box and regenerations system. 2. The government will unpack and install the glove box. D. Reporting Requirements and Deliverables 1. Detailed engineering drawings for approval by TIC. Due 15 days after contract is awarded. 2. The unit with all accessories, components, and installation/instruction manuals must be delivered within 60 days of contract award. E. Inspection and Acceptance Criteria 1. TIC will inspect and approve engineering drawings prior to the construction of the glove box. 2. TIC will inspect the unit for completeness upon delivery. 3. Contractor will demonstrate the operation of the glove box after installation. 4. Contractor will provide training on the proper operation of the glove box for a minimum of five people. Express Warranty The contractor shall warrant the entire system for a period of at least two years. 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. 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: Testing and evaluation of the wet glove box. After the company has demonstrated the operation of the glove box (that glove box is capable of operating at their moisture and oxygen level specifications). Verification that the box will work as promised with the organic solvents. After the glove box moisture and oxygen levels are stable, we propose moving a one liter bottle into the glove box and removing the cap. We would like the chloroform to remain uncapped in the glove box for one hour and then monitor the oxygen and moisture levels to make sure that there is no significant change. Leaving the bottle of chloroform open in the glove box will simulate what will happen when one of our researchers is using the box to prepare their samples. Delivery Delivery shall be FOB DESTINATION and shall take place not later than two months 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 (APR 2010): 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor; 52.211-6 Brand Name or Equal 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 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 17, 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. Experience: The offeror shall demonstrate the extent to which it has recently manufactured, distributed, and installed similar equipment. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1. Contract number; 2. Description and relevance to solicitation requirements including dollar value; 3. Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract; 4. Reference Contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5. Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses. 6. Problems Encountered - include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. 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: 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 Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Experience, 3) Vendor's Service and Support, 4)Past Performance, and 5) Price. All non-price factors, when combined, are approximately equally important to 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. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST's requirements. NIST will give stronger preference to offerors whose quoted equipment exceeds minimum requirements. Technical capability must meet or exceed the Government's performance specifications. Offerors shall submit a quotation addressing all required specifications, and shall provide descriptive literature to include specifications, drawings, and functional diagrams which fully describe the operations and performance of the glove box. 2.Vendor's service and support. Offers will be evaluated based on information provided that demonstrates that the vendor can service the glove box in a timely fashion, support both the hardware and software for a minimum of 1 year. 3.Experience: NIST will evaluate the extent of the offeror's experience providing similar equipment. NIST will give preference to offerors who demonstrate they have experience delivering the same equipment they are proposing for the current requirement. Offers will be evaluated based on supplied information that demonstrates the vendor's experience in supplying the glove box for use under comparable conditions and constraints to those specified in this RFQ. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror's past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Past Performance, Vendor Service and Support, Experience, and 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/DOC/NIST/AcAsD/NB610020A06479/listing.html)
 
Record
SN02227960-W 20100805/100804000339-8bc07ac90fc93e670230cd368c7e4e1d (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.