Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

66 -- SCALES

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333997 — Scale and Balance 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
NB680020-12-02582
 
Archive Date
5/10/2012
 
Point of Contact
Prateema E. Carvajal, Phone: 301-975-4390, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
prateema.carvajal@nist.gov, todd.hill@nist.gov
(prateema.carvajal@nist.gov, todd.hill@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 SHALL NOT BE ISSUED. THE 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) 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 333997 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractor's may submit a quote. Quoters shall submit all questions concerning this solicitation in writing to Prateema.carvajal@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions shall be made in writing, without identification of the questioner, and shall be included in an amendment to the solicitation. **This is a BRAND NAME or EQUAL requirement. 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's needs.*** Background Information: The Physical Measurement Laboratory at NIST has a requirement to purchase a Portable Weighing System with superior precision for use in hazardous environments to determine the net quantity of contents of high pressure cylinders of Hydrogen, compressed Natural Gas (CNG) and other explosive gasses and liquids. Construction: The weighing and indicating elements, other enclosures and power supply and interface cables must be intrinsically safe for use in harsh environments and in environments where Hydrogen, CNG, and other explosive gasses and liquids will be tested in Division 1, Zone 1 and 21 classified environments. All responsible quoters shall provide a quotation for the following line item: LINE ITEM 0001: Quantity: Two (2) each, Mettler Toledo or Equal, KCC-150x-T4 K-Line KCC Hazardous Area High Precision Bench Scale lack Powder Coat Base with Stainless Steel Load Plate Capacity/Readability: 300 lb/0.002 lb (150kg/1g) Dimensions 32 in x 24 in (800 x600 mm) Line Item 0002: Quantity: Two (2) each, Mettler Toledo or Equal, IND 560x Intrinsically Safe Weighing Terminal Harsh/Desk Mount Enclosure with IDNet Scale Type. No interface; No discrete I/O installed; No Application Software Installed; No Modules Installled Line Item 0003: Quantity: One (1) each, Mettler Toledo or Equal APS768x Intrinsically Safe Power Supply for Use in Hazardous Area 120VAC/60Hz, including 16'/5m of Blue Cable with Cord Grip Fitting; Stainless Steel Enclosure 12 in x6.8 in x 3.1 in with 1/2 NPT Conduit Hub and IP56 Protection Line Item 0004: Quantity: One (1) each, Mettler Toledo or Equal IND 560/IND780 Accessory Pair of Wall Mounting Brackets, Harsh Environment Model Line Item 0005: Quantity: Four (4) each, Mettler Toledo or Equal BBK42215SM00000 0006 BBK422 4 Series Basic Weigh Scale. 120lb/60kg Max Capacity with 0.0001 lb/0.00005 kg Min Resolution No Power Option Installed Second Interface Option: None installed Line Item 0006: Quantity: Two (2) each, Mettler Toledo or Equal BBA42260SM00000 BBA422 4 Series Basic Weigh Scale 0007 BBA422 4 Series Basic Weigh Scale 120 lb/60kg Max Capacity with 0.01 lb/0.005 kg Min Resolution No Power Option Installed Second Interface Option: None installed Line Item 0007: Quantity: Six (6) each, Mettler Toledo or Equal Industrial Counting Scale Accessory Soft Sided Carrying Case for Large BBA/BBK Chassis Line Item 0008: Quantity: One (1) each, Mettler Toledo or Equal POS-STD 0009 POS Service Contract - Standard Level - QTY 6 Scales, 1 site Visit/year Standard level package, Standard level services will ensure equipment operates efficiently throughout the life-cycle. Delivery terms shall be FOB Destination. 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 shall 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: 52.211-6 Brand Name or Equal 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 Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment 52.219-28 Post-Award Small Business Program Re-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; 52.225-1 Buy America Act 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) An original and one (1) copy of the most recent published price list(s); 5) Country of Origin information for each line item. This is a 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 shall 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 shall accept the quoted price. However, the terms and conditions stated herein shall 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 quotes shall be received not later than 8:00 AM local time, on April 25, 2012 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Prateema Carvajal. 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 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4390. E-mail quotes ARE acceptable. Fax quotes shall NOT be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB680020-12-02582/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02721356-W 20120414/120413000408-3c2e8ebfec0cee58aeab5a9929fbb1f8 (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.