Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

66 -- Turbo-molecular Pumping Station - Standard Form 18 RFQ RA1341-10-RQ-1342BS

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-10-RQ-1342BS
 
Archive Date
9/14/2010
 
Point of Contact
Brenda S. Summers, Phone: (303) 497-5588
 
E-Mail Address
brenda.s.summers@noaa.gov
(brenda.s.summers@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Standard Form 18 RFQ RA1341-10-RQ-1342BS COMBINED SYNOPSIS/SOLICITATION Turbo-molecular Pumping Station (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-10-RQ-1342BS. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. (IV) This solicitation is unrestricted and open to all sources. The associated NAICS code is 334516. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items (ONLY NEW EQUIPMENT SHALL BE ACCEPTED): Line Item 0001: BRAND NAME OR EQUAL TO PFEIFFER VACUUM ITEM # PM S44 410 00, HiCube Pro Turbomolecular Pumping Station, which includes one Pfeiffer Vacuum XtraDry 150 backing pump, in accordance with the salient characteristics, Quantity 1 Each. Line Item 0002: BRAND NAME OR EQUAL TO PFEIFFER VACUUM ITEM # PT R26 002, PKR 251 Compact FullRange Pirani/Cold Cathode Gauge, in accordance with the salient characteristics, Quantity 1 Each. Line Item 0003: BRAND NAME OR EQUAL TO PFEIFFER VACUUM ITEM # PT G28 030, TPG 261 Single Gauge Total Pressure Display and Control Unit, in accordance with the salient characteristics, Quantity 1 Each. Line Item 0004: BRAND NAME OR EQUAL TO PFEIFFER VACUUM ITEM # PT 448 250-T, Measurement cable, Compact Gauge/TPG, 3 m, in accordance with the salient characteristics, Quantity 1 Each. (VI) Description of requirements is as follows: SALIENT CHARACTERISTICS: 1. Turbo-molecular pump with at least 260 l/sec pumping speed 2. Dry piston backing pump with at least 7.5m3/hr pumping speed. Pump noise level less than 65 db(A). Pump weight not to exceed 30 kg. Pump leak rate not to exceed 0.01 mbar l/sec. 3. Full-range Pirani/Cold Cathode Gauge with measurement range 1000 to 5x10-9 mbar with readout via a linear 0-10 VDC analog output that includes over-range and under-range, sensor ID and sensor error indication. 150C bakout temperature. This item also includes a DN 40 CF-F connection flange. 4. Display control unit that includes readout for vacuum gauge 5. "wall plug" operation at 104-127V AC, 50/60 Hz 6. The entire system requires only air cooling 7. In the event of a power failure, the foreline between the backing pump and the turbo pump will maintain vacuum for roughly 8 hours. (VII) Required delivery 55 days ARO. Place of Delivery is 325 Broadway, Bldg. 22, Boulder, CO 80305-3328, USA. Delivery shall be FOB Destination; quote shall include all shipping charges, if applicable. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. Offerors are instructed to complete and return the attached Standard Form 18, in addition to written price quotes. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Technical Capability: Must meet all salient characteristics as stated in (VI) above. 2) Past Performance: Quality, Timeliness and Customer service. Must provide two references. 3) Price: Quote must state price in U.S. Dollars. 4) Delivery: Quote must include delivery schedule 5) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009) with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (25) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of provision) 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Department of Commerce Clauses: 1352.201-70 Contracting officer's authority (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Brenda.S.Summers@noaa.gov. Questions should be received no later than 10:00 AM MDT, August 27, 2010. 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 clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 10:00 AM MDT on August 30, 2010. All quotes must be faxed or emailed to the attention of Brenda Summers. The fax number is (303) 497-3163 and email address is Brenda.S.Summers@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Brenda Summers, Purchasing Agent, 303-497-5588, Brenda.S.Summers@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-10-RQ-1342BS/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305-3328, United States
Zip Code: 80305-3328
 
Record
SN02257074-W 20100828/100827000745-6a0066586755d1e9287f907992245c3e (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.