Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2011 FBO #3389
SOLICITATION NOTICE

66 -- Process Automation Controller (PAC) Panels

Notice Date
3/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device 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
SB1341-11-RQ-0140
 
Archive Date
4/2/2011
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Andrea A Parekh, Phone: (301)975-6984
 
E-Mail Address
joshua.holliday@nist.gov, andrea.parekh@nist.gov
(joshua.holliday@nist.gov, andrea.parekh@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) 2005-49.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This requirement is a 100% Small Business Set-Aside.*** Background: The NIST Center for Neutron Research (NCNR) is in the process of modernizing the instrumentation and control system of the nuclear reactor that supplies neutrons to all of the facility's scientific instruments. This upgrade will be implemented in a number of phases over an approximately five year period. To accomplish this, the NCNR will purchase Programmable Automation Controller (PAC) hardware to convert the largely 1960's era analog instrumentation and control systems over to fully digital systems. The NCNR has a need for prewired PAC systems that will integrate easily into NIST's console and plant. ***All interested Contractors may provide a quote for the following: Line Item 0001: Quantity Four (4) Programmable Automation Controller (PAC) Panels, which shall meet or exceed the following minimum specifications: Specification #1 is a brand name (OPTO 22) or equal. Brand name or equal description 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. Specifications #2 - #12 are general specifications in regards to the PAC Panels. 1. The panels must be built with each containing a Programmable Automation Controller of similar capability to the OPTO 22 SNAP PAC or Equivalent, which shall meet or exceed the following salient characteristics: i. 200 MHz or greater 32 bit processor ii. Removable storage iii. 2 independent 10/100 Mbps Ethernet connections iv. Capable of communication via Modbus TCP 2. Data must be conveyed to and from the PACs via Ethernet either using a standard non-proprietary protocol or proprietary protocol. The contractor must provide general use OPC server software that can communicate to the PACs. 3. The panels must have a 28" x 18" footprint including 1.5" of clearance space all the way around the panel reserved for mounting. 4. Power will be supplied to the PACs by the facility 60Hz 110 VAC distribution system. Breakers to isolate power to the panels must be integrated into each of the panels. 5. PAC racks must be sized to have at least four (4) unused expansion slots. 6. All digital inputs must be individually isolated. 7. Digital input modules must have a max density of sixteen (16) inputs per module. 8. All digital inputs must be wired to panel terminal strips. 9. Analog inputs must be bank insolated with a maximum of four (4) inputs per bank. 10. Analog input modules must have a maximum density of eight (8) inputs per module. 11. All analog inputs must be wired to panel terminal strips. 12. All wires must be indentified with either labeled wire numbers on both ends or appropriate color coding. Specification #13 is a brand name (Automation Direct) or equal. Brand name or equal description 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. Specifications #14 - #15 are general specifications in regards to the PAC Panels. 13. Terminal strips must be of type Automation Direct DN-D10-A or Equivalent, which shall meet or exceed the following salient characteristics: i. Dual level ii. 10 AWG iii. 30A iv. 600V v. 4 contacts 14. All terminal strips must be labeled at each terminal point with terminal point number. 15. The four (4) panels must have the following inputs: a. Panel 1 i. 112 Digital Inputs (125 VAC/VDC) ii. 32 Analog Inputs (0-5 VDC) b. Panel 2 i. 80 Digital Inputs (125 VAC/VDC) ii. 32 Analog Inputs (0-5 VDC) c. Panel 3 i. 64 Digital Inputs (125 VAC/VDC) ii. 16 Digital Inputs (24 VDC) iii. 48 Analog Inputs (0-5 VDC) d. Panel 4 i. 64 Digital Inputs (125 VAC/VDC) ii. 32 Analog Inputs (0-5 VDC) Deliverables: 1. The Contractor shall provide drawings of each panel in AutoCAD format to NIST for review prior to fabrication. NIST will review the drawings and provide approval to proceed with fabrication to the Contractor not later than one (1) week after receipt of materials. Delivery: 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. Technical Evaluation Criteria: 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, shall be approximately equally important to Price. Technical Capability: Evaluation of Technical Capability will 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. 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. 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: 52.204-10 Reporting Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Rerepresentation 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 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-3 Buy American Act - NAFTA Alternate I of 52.225-3 52.225-13 Restriction on Certain Foreign Purchases 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. *** ***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 March 18, 2011 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 March 18, 2011. 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/SB1341-11-RQ-0140/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02393437-W 20110306/110304234100-1bdcd9bff85ebcac35d0c9ef89306c13 (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.