Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

66 -- Abrasion and Pilling Tester

Notice Date
9/8/2011
 
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
NB733040-11-02248-1
 
Archive Date
10/31/2011
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Janine A. Kerns, Phone: 301-975-4267
 
E-Mail Address
willie.lu@nist.gov, janine.kerns@nist.gov
(willie.lu@nist.gov, janine.kerns@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 ACQUISITION IS BEING PROCURED UTILIZING 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 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This acquisition is being procured as a small business set-aside. The National Institute of Standards and Technology (NIST), Fire Research Division, requires an Abrasion and Pilling Tester. This Abrasion and Pilling Tester will be used to determine the abrasion resistance of textile fabrics including woven, non-woven, and knit apparel fabrics, household fabrics, industrial fabrics, floor coverings, paints, coated surfaces, and ceramics. Line Item 0001: Quantity One (1) each, Abrasion and Pilling Tester that shall meet or exceed the following minimum specifications. All items must be new. Used or remanufactured equipment will not be considered for award: 1. Hardware a. at least 4 operating heads. b. suitable to run wet and dry textiles and hard plastics. c. parallelism of top plate to abrading tables shall not exceed 0.06 mm d. maximum circumferential parallelism of sample holders to abrading tables not exceeding 0.06 mm e. Standard configuration shall include main unit and vacuum unit to collect released micro- and nano-particles. f. Dimensions shall be (Length x Depth x Height) 25 inches x 15 inches x 25 inches with no dimension deviating by more than 5 inches from these requirements. g. Minimum operating space shall not exceed (Length x Depth x Height) 70 inches x 36 inches x 30 inches. h. Power Requirements shall be 200-265 VAC, 50/60Hz, Single-phase (maximum nominal current 20 Amps) i. Abrasion station kit including sample holders with weights. j. Digital key pad user interface. 2. Operational requirement a. minimum rotational speed and maximum uncertainty in speed: 47 rpm +/- 6% of value b. minimum working pressure on test specimens shall be in the range of 9 kPa - 12 kPa. c. ability to run samples with a thickness of at least 14 mm d. at least 6.00 cm2 of the test specimen. e. ability to operate all heads with the same speed or each head with a different speed. f. individual counters to be preset to different values thereby allowing tests to be pre-configured at the start g. Shall be able to run samples with a mass of at least 1.2 kg. h. Shall have the following stokes: geometric, straight line to eclipse. i. Shall comply with the following textile standards/methods (ASTM D 4966-98, ISO 12947, ISO 5470, AS 2001.2.25) j. Each head shall have its own counter 3. Other a. shall supply owners operating manual. b. shall provide a list of replacement parts with part names and numbers. 4. Warranty The Contractor shall provide, at a minimum, a one year warranty period for the system. Warranty work shall be completed on-site at NIST or at the Contractor's site, at the discretion of the Contractor. All costs and responsibilities associated with parts, labor, travel and shipping shall be covered under the warranty. The warranty shall commence upon final acceptance by the Government. Line Item 0002: Installation: The Contractor shall provide installation for the system and software. Installation shall be completed on-site at NIST Gaithersburg and shall include, at a minimum, uncrating/un-packaging of all equipment, set-up and hook-up of the system, turn-key start up, and demonstration of all performance specifications. Line Item 0003: Training: The Contractor shall schedule and facilitate one (1) training session for NIST personnel, no more than 3, on-site at NIST in Gaithersburg, MD. The training shall provide a thorough demonstration of all equipment functions, maintenance, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, however, not later than 30 days after successful completion of installation and demonstration of performance specifications. Installation and training shall be scheduled in advance with the NIST Technical Contact to be identified at the time of award. DELIVERY REQUIREMENTS Delivery, installation, training, and demonstration of performance specifications shall be in accordance with contractor's commercial schedule. 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. FINAL ACCEPTANCE (See also FAR 52.212-4(a)) Final acceptance shall be provided upon successful completion of all of the following: Delivery, installation, training and demonstration of all performance specifications. QUOTATION SUBMISSION INSTRUCTIONS All vendors shall submit the following to Willie Lu, Contract Specialist at willie.lu@nist.gov: 1) An electronic version of a quotation which addresses all of the above items; 2) Technical description and/or product literature that clearly states how the offer meets or exceeds each of the minimum specifications stated above for each CLIN; 3) Description of commercial warranty; 4) The most recent published price list(s) with quoted item(s) highlighted; and 5) Past performance references, to include the company/organizations' name, contact person, phone number, and e-mail address. 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. All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on September 15, 2011. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov EVALUATION CRITERIA Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability: Meeting or Exceeding the Requirement, (2) Past Performance, and 3) Price. Technical Capability and Past Performance, when combined, shall be approximately equal in importance to price. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Technical description and product literature submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds all required specifications identified herein. Explanations and/or narratives provided for requirements not addressed by technical descriptions or product literature shall be evaluated to ensure that all technical requirements are addressed, for feasibility, and the likelihood for success. Quotations that exceed the required minimum specifications shall be given higher consideration. Past Performance: The Government will evaluate past performance as it pertains to the proposed equipment to determine the level of quality, including the level of successful performance of the functions for which the system is intended, and the reliability of the system. Evaluation of past performance will be based on information contained in the quotation and information provided by references. The Government will evaluate past performance by contacting appropriate references, including NIST references; if applicable. The Government may also consider other available information. The Government will assign a neutral rating if the offeror has no relevant past performance. Price The Government will evaluate offers for award purposes by adding the total of all line item prices, including all options, and determine whether that total is a fair and reasonable overall price to the Government. 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: 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: 52.219-28 Post-Award Small Business Program Representation; 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. 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, FOB Destination; and 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB733040-11-02248-1/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02568522-W 20110910/110909001614-3383a5ab2e20a814b8c76091616f3d42 (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.