Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

66 -- National Instruments Programmable Robot Safety System

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334119 — Other Computer Peripheral Equipment 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-0410
 
Archive Date
8/6/2011
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
joshua.holliday@nist.gov, chon.son@nist.gov
(joshua.holliday@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
N/A
 
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) 2005-50. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation. Line Items 0001-0018 are a BRAND NAME ONLY requirement. These brand name products are required because it is the only brand that meets the agency's needs. Brand Name Only Determination is based on the following: The National Instruments programmable robot safety system will be used in conjunction with an existing robot test bed already owned by NIST. National Instruments' system is the only system available that is 100% compatible with existing National Instruments LabVIEW software currently used at NIST. All interested Contractors shall provide a quote for the following: The following line items comprise a complete Programmable Robot Safety System: Line Item 0001: Quantity One (1) NI USB-6363, X Series DAQ (32 AI, 48 DIO, 4 AO), 2 MS/s Single-Channel Sampling Rate (Part No: 781443-01) Line Item 0002: Quantity Two (2) Power Cord, AC, U.S., 120 VAC, 2.3 Meters (Part No: 763000-01) Line Item 0003: Quantity One (1) Universal Power Supply with Mini-Combicon Connector, 12 VDC, 2.5 A (Part No: 781513-01) Line Item 0004: Quantity One (1) USB Cable with Locking Screw, 2 Meters (Part No: 780534-01) Line Item 0005: Quantity One (1) DVI-I (male) to DVI-D (female) & VGA (female) Splitter (Part No: 780868-01) Line Item 0006: Quantity One (1) PXIe-1062Q, 8-Slot 3U PXIe/PXI Chassis (Part No: 779633-01) Line Item 0007: Quantity One (1) NI PMA-1115: Portable PXI Monitor and English Keyboard Accessory for 8-Slot PXI Chassis (Part No: 780215-01) Line Item 0008: Quantity One (1) NI Standard System Assurance Program for PXI (Part No: 960903-02) Line Item 0009: Quantity One (1) NI Real-Time Hypervisor Deployment License for PXI (SW Included) New Single Seat License(s) (Part No: 781127-35) Line Item 0010: Quantity One (1) 256 GB 2.5 in MLC SATA Solid State Hard Drive Upgrade (Part No: 781289-01) Line Item 0011: Quantity One (1) NI PXIe-8133 Core i7-820QM 1.73 GHz Controller, Win XP FES (Part No: 781478-01) Line Item 0012: Quantity One (1) 2 GB DDR3 RAM for PXIe-8133 Controller (Part No: 781403-2048) Line Item 0013: Quantity One (1) LabVIEW Real-Time Deployment License for NI PXI Controllers (ETS RTOS) (Part No: 777849-01) Line Item 0014: Quantity One (1) NI PXIe-8234, Dual GigE Vision Board with Vision Acquisition SW (Part No: 780263-01) Line Item 0015: Quantity One (1) NI PXIe-6358, X Series Multifunction DAQ (16 Simultaneous AI, 48 DIO, 4 AO), 1.25 MS/s/ Single-Channel Sampling Rate (Part No: 781054-01) Line Item 0016: Quantity One (1) NI PXIe-8431/8, 8 Port, RS485/RS422 Serial Interface for PXI Express (Part No: 781473-01) Line Item 0017: Quantity Two (2) SCB-68 Noise Rejecting, Shielded I/O Connector Block (Part No: 776844-01) Line Item 0018: Quantity Two (2) SHC68-68-EPM Shielded Cable, 68-D-Type to 68 VHDCI Offset, 2 Meters (Part No: 192061-02) Warranty: The Contractor shall provide, at a minimum, a one (1) year warranty for the system. The warranty must cover all defects in materials and workmanship for a period of one (1) year from the date of final acceptance by the Government. 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? 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 items 0001-0018 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. 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. 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 including subparagraphs: 52.204-10 Reporting Subcontract Awards 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 - Free Trade Agreements - Israeli Trade Act (ii) Alternate I of 52.225-3 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR. Instructions to Offerors: 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 03:00 p.m. Eastern Time on Friday, July 22, 2011. FAX quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua Holliday, 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 Joshua Holliday, Contract Specialist on 301-975-8497. Quotation Instructions: The Offeror shall submit the following: Technical Acceptability: The Offeror shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Items 0001-0018 2) An original and one (1) copy of the technical description and/or product literature 3) Description of warranty 4) An original and one (1) copy of the most recent published price list(s) 5) Country of Origin information for each line item Price: The Offeror shall submit a firm-fixed price. Basis for Award Determination/Technical Evaluation Criteria: Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) 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. Price: Quoted price will be evaluated for reasonableness.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0410/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02495878-W 20110714/110712234746-9f7c269d67713560dfc2b936da137073 (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.