Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
SOLICITATION NOTICE

66 -- Gas Chromotograph

Notice Date
3/30/2012
 
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
NB732010-12-01236
 
Archive Date
6/1/2012
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@nist.gov, chon.son@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 334516 with a small business size standard of 500 employees. This acquisition is being procured using Total Small Business Set Aside. The National Institute of Standards and Technology (NIST), Energy and Environment Division, requires a custom gas chromatograph to measure the composition of low GWP refrigerants that are being tested in the Novel Working Fluids for High-Efficiency HVAC&R Equipment project. The Gas Chromatograph will be used to measure the composition of mixed refrigerants. Refrigerant samples will be taken from our test apparatus to the GC for composition measurement. Samples are taken by trapping 100% liquid between two valves and then expand all of the liquid to 100% vapor into a 0.5 L sample bottle. For most refrigerants, the expanded vapor pressure will be around 10 psi. The GC should not be refrigerant dependent; we should be able to use it to measure the composition of most refrigerant mixtures. The GC should be ready to measure the composition of a mixture of 40 % mass R134a (102.03 g/mol, CAS Number : 811-97-2) and 60 % mass R1234yf (114.04 g/mol CAS Number :754-12-1) with no other equipment and/or option and/or column purchases required. All items must be new. Used or remanufactured equipment will not be considered for award Line Item 0001: Quantity One (1) each, Custom Gas Chromatograph that must meet or exceed the following minimum specifications. • Shall be able to detect to at least 10 ppm. • The detection range shall be between 1ppm and 100 % concentration • If columns are used to separate the gases, the GC shall be supplied with sufficient column(s) to detect most refrigerants • If more than one column is required, then each column shall have its own channel. • Shall be a standalone, bench top unit not requiring an external computer • Shall be able to accept various sample volumes for analysis • Shall have an auto ranging capability where a single injection of gas with very large and very small amounts of gasses can be accurately measured without prior knowledge of the sample composition before analysis. • Shall have heated sample injectors for each column. • All required software for analysis shall be included for both standalone and external computer operation. • Shall have Ethernet and/or serial ports for interfacing with an external computer 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: On-site Services The Contractor shall provide training, documentation, implementation, and testing services for the system, and software (if applicable). 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 including all testing of the system and software, and demonstration of all 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. 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 the offeror's quote and award to the lowest priced, technically acceptable offeror. 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, specifications, and/or product literature; and 3) the most recent published price list(s) with quoted item(s) highlighted. This is an Open-Market Combined Synopsis/Solicitation for item(s) 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 April 16, 2012. 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 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.ht
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB732010-12-01236/listing.html)
 
Place of Performance
Address: 100 Bureau Dr, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02710144-W 20120401/120330234830-8cc3668bfa303e27635131d0c5945433 (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.