Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOLICITATION NOTICE

66 -- Rotational Rheometer System

Notice Date
3/12/2012
 
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
SB1341-12-RQ-0194
 
Archive Date
4/12/2012
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
carol.wood@nist.gov, chon.son@nist.gov
(carol.wood@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 2005-54. 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 being procured using full and open competition. The National Institute of Standards and Technology, Materials and Structural Systems Division has a requirement for a Rotational Rheometer System. The system will be used to measure the rheological properties of cementious materials, develop reference material or Standard Reference Materials (SRM), such as SRM 2492, and develop standard testing methods such as ASTM C 1749. All responsible parties shall provide a quotation for all of the following line items. LINE ITEM 0001: QUANTITY ONE (1) EACH ROTATIONAL RHEOMETER SYSTEM meeting or exceeding all of the following required specifications: 1. The system and all accessories must be commercially available; 2. The instrument must measure the rheological properties and changes of rheological properties with time of fluids (e.g. oils), pastes (e.g. cement pastes), and suspensions; 3. The instrument must be fully controlled and programmable by a computer. Computer and software must be provided. The computer must be able to be connected to an internet network. All data must be recorded in such a way that the output files are easily readable. For the purpose of this solicitation, easily readable means importable directly into a Microsoft Excel spreadsheet; 4. The instrument must be shear rate and stress controlled. The user must be able to select either configuration; 5. The instrument must be equipped with a motor that can apply both stationary and oscillatory solicitation to the sample with very low moment of inertia. The required ranges for torque, rotation speed and oscillatory frequency are provided below. The Government prefers the lowest possible moment of inertia. With respect to ranges for torque, rotation speed and oscillatory frequency, wider ranges are preferred. -Torque: 0.1 µNm - 200 mN•m; -Rotational speed: 10-7 rpm - 1000 rpm; -Oscillatory frequency: 10-5 Hz to 100 Hz; -Equipped with normal force sensor with a large measurement range in both positive and negative directions. The system must control the normal force in the sample. A larger measurement range for normal forces is preferred in both positive and negative directions; -Position of the tools must be controlled by the computer both automatically and manually. Error in gap must be less than 0.001 mm; -Dismounting tools for cleaning must be easily done without tools, e.g. removing bottom plate and top plate from a parallel plate configuration for cleaning should not require tools. For the purpose of this solicitation the term "easily done" means that tools can be dismounted in less than one minute. It is understood that tools might be needed to change from a coaxial to a parallel plate configuration. -Temperature Control. Any method of temperature control is acceptable provided that required ranges can be met. Temperature must be controlled for all tools between 10°C - 60 °C ± 1 °C. As needed, a water bath must be included; -Technical Support. The Contractor must provide telephone and electronic technical support between the hours of 9AM and 5PM Eastern Time, Monday through Friday; -Expansion. The system must have the capability to be expanded to accommodate other tools for use in measuring oil well cements. For example, to conduct squeeze test and/or a pressure cell. LINE ITEM 0002: QUANTITY 1 LOT INSTALLATION: The Contractor shall install the system. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required specifications. Technical personnel experienced with the system shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. Installation shall be completed not later than 30 days after the system is delivered. LINE ITEM 0003: QUANTITY 1 LOT ON-SITE TRAINING: The Contractor shall schedule and conduct training for at least three (3) NIST personnel, on-site at NIST Gaithersburg. Training shall include all aspects of system operation and basic troubleshooting. The training may be completed at NIST immediately after installation, however must be completed not later than 30 days after installation. Installation and training must be scheduled, in advance, with the NIST Technical Contact to be identified at the time of award. LINE ITEM 0004: WARRANTY: The Contractor shall provide, at a minimum, a one (1) year warranty for the system. The warranty must cover the complete system and associated components and software. The warranty must cover all defects in materials and workmanship for a period of one year from the date of final acceptance by the Government. During the warranty period, the Contractor shall bear all costs, including shipping, travel (including per diem), and labor, to complete the repairs and/or replacement any defects. OPTION LINE ITEMS LINE ITEMS 0005 THROUGH 0010 Line Items 0005 through 0010 are option line items. The Contractor shall provide pricing for these option line items. The prices quoted for all Option Line Items shall remain in effect for a period of one year from the date of award. The Government may exercise any or all of these option line items, at its discretion, at the time of award or at any time during the period of one year from the date of award. Reference FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Items. All option line items must meet all required specifications. Option line items 0009 and 0010 must include complete installation. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required and/or manufacturer's specifications. LINE ITEM 0005: QTY 1 LOT PARALLEL PLATES OPTION LINE ITEM Total of four sets. *One smooth 35-40mm diameter; *One serrated 35-40mm diameter; *One smooth 60mm diameter; *One serrated 60mm diameter. LINE ITEM 0006: QTY 1 LOT COAXIAL OPTION LINE ITEM *Gap 2-3mm, cup at least 40mm in diameter; *Surfaces of the bob and container must be smooth and serrated. Qty 1 smooth and 1 serrated - Total of two sets. LINE ITEM 0007: QTY 1 LOT VANE OPTION LINE ITEM *Four and six blades; Container same as coaxial (2 vanes). LINE ITEM 0008: QTY 1 LOT LARGE CONTAINER OPTION LINE ITEM *70-80 mm in diameter; *Container must be smooth and serrated: One each smooth and one each serrated. A container that can be transferred between smooth and serrated is acceptable; *Must be suitable for use with mortar or oil well cements. LINE ITEM 0009: QTY 1 EACH CAMERA OPTION LINE ITEM *Must be linked to computer control for memory; *Must be digital; *Must be able to be directed at any feature of the device (e.g. side of the parallel plates, top of the surface for the coaxial or vane test.) LINE ITEM 0010: QTY 1 EACH CHAMBER OPTION LINE ITEM *Must prevent evaporation of solvent (usually water) during an experiment; *Must be specific for system provided; *Must be able to be used with tools. DELIVERY Delivery shall be made to NIST, 100 Bureau Drive, Gaithersburg, MD 20899. Installation and on-site training shall take place at the same location. Delivery shall be completed not later than four months after award. Delivery term shall be FOB Destination. 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 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. INSPECTION AND FINAL ACCEPTANCE Inspection will be done at the NIST facility upon completion of installation. All minimum specifications must be successfully demonstrated upon completion of installation. Prior to final acceptance of the system and final payment by NIST, all of the following shall be completed successfully: a. A fully functional system, including all components, and related hardware and software must be delivered and installed; b. All specifications, including quoted exceedances, must be successfully demonstrated on the delivered instrument; c. All training shall be completed. EVALUATION CRITERIA AND BASIS FOR AWARD 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 Price. Technical Capability and Past Performance, when combined, shall be more important than 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. In determining best value, stronger consideration shall be given to the lowest possible moment of inertia, wider ranges for torque, rotation speed and oscillatory frequency, and a larger measurement range for normal forces in both positive and negative directions. Past Performance: The Government will evaluate past performance as it pertains to the proposed system to determine the level of quality, and the reliability of the system. Evaluation of past performance will be based on information contained in the technical proposal 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 quoter has no relevant past performance. REQUIRED SUBMISSIONS All quoters shall submit all of the following: 1) An original and one copy of a price quotation which addresses all line items; 2) For the purpose of evaluation of Technical Capability, quoters shall submit: a. Technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addresses all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein; b. If standard product literature and/or technical descriptions do not address all required specifications, quoters must provide narratives and or explanation of the work that will be will be performed to meet the requirement(s). All proposed work must be addressed in sufficient detail that all technical requirements are discussed and that the intended outcome of the work can be clearly discerned. c. Telephone number and hours of operation for technical support. 3) For the purpose of past performance evaluation: A list of at least three (3) recent and relevant past performance references. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; the date of delivery or the date services were completed; and a brief description of the system delivered. If the quoter is not the manufacturer of the equipment, past performance references for the system manufacturer shall also be provided. To the maximum extent practicable, the Contractor shall provide past performance references that have used the proposed equipment on cementious materials. 4) 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. 5) The country of origin for the proposed system; 6) If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS; 7) The successful quoter must be registered at www.ccr.gov. Refusal to register shall forfeit award. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on March 28, 2012. E-mail quotations are acceptable. A quotation, or any part thereof, is considered received when it is received in the e-mail inbox of Carol Wood, Contract Specialist, carol.wood@nist.gov An original and one copy of all submissions must be delivered to the Government if a hard copy is submitted. 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 Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Contractor Policy to Ban Text Message While Driving; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 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/SB1341-12-RQ-0194/listing.html)
 
Place of Performance
Address: Ship to:, NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02694470-W 20120314/120312234901-7c79b493432957aa3ad468e5abb42d42 (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.