SOLICITATION NOTICE
66 -- Volatile Organic Compounds (VOC) Preconcentrator
- Notice Date
- 4/14/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- SB1341-04-Q-0448
- Response Due
- 4/30/2004
- Archive Date
- 5/15/2004
- Point of Contact
- Jennifer Roderick, Contract Specialist, Phone 301-975-8173, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
- E-Mail Address
-
Jennifer.Roderick@nist.gov, Patrick.Staines@nist.gov
- 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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-20.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is 100% set aside for small businesses. Only interested small businesses may submit a quote. ******The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, Volatile Organic Compounds (VOC) Preconcentrator to be used in the Analytical Chemistry Division at NIST, Gaithersburg, MD. ******All interested offerors shall provide a quote for a Volatile Organic Compounds (VOC) Preconcentrator. The VOC Preconcentrator unit shall be: (1) Fully automated; (2) Able to use liquid nitrogen as coolant; and (3) Able to run fully automated, unattended, including purging of system with samples and cryogenic preconcentration and injection after connection of samples and programming of the run sequence. The VOC Preconcentrator System shall utilize three stages: (1) Stage to preconcentrate the sample; (2) Stage to take out carbon dioxide, water, and matrix components (i.e.; nitrogen, oxygen); and (3) Stage to cryofocus sample to produce a narrow band injection onto a capillary column in GC or GC/MS system. The VOC Preconcentrator shall: (1) Include a syringe/tube port assembly for injection of liquid samples into the system; (2) Utilize diaphragm pump; (3) All stainless steel lines in the system shall be thoroughly cleaned of manufacturing oils and solvents; (4) Include an autosampler with a minimum capacity of 21 samples: Autosampler shall be able to connect 1/16 inches stainless steel lines from aluminum cylinders equipped with regulators with ? inches male fittings to each port on the autosampler (Quick connect fittings would be most appropriate). Stainless steel traps in the modules shall be able to (1) Replace traps; (2) Have traps available to efficiently trap extremely volatile compounds including ethane and ethylene; (3) Have 4 stainless steel sample lines, minimum 1/16 inch tubing and 2 foot long, that are insulated heated for direct operation with the preconcentrator; (4) 1/16 inch tubing shall be connected to a 1/4 inch nut for attachment to cylinder regulators and canister or cylinders; and (5) Each of the 4 stainless steel sample lines shall be able to connect to an autosampler that can have a minimum of 21 canisters or cylinder connected to it for continuous unattended operation (for a future expansion for a total of 84 cylinders).***NOTE: The Preconcentrator shall NOT operate on a sorbant/desorption system using desorbant tubes. The preconcentrator shall be compatible with an Agilent 6890 GC equipped with a mass spectrometer. ***Included software to operate preconcentrator shall be able to perform the following: (1) Be USB based instrument control platform; (2) Network shall be able to communicate with a single Windows 2000 or XP computer in the laboratory; (3) Program to trap for any amount of time or minimum volume of 1 liter; (4) Apply trapping temperatures up to liquid nitrogen temp; (5) Purge system sample lines with sample gas; and (6) Program to run any sample at any time or one sample for any number of continuous injects in a run table.*** Vendor shall be able to install preconcentrator and autosampler and familiarize operation with purchaser on site. ******The Contractor shall state the warranty coverage provided for all line items. ******Delivery shall be FOB DESTINATION and be made within thirty (30) days or less after receipt of order (ARO). ******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 20899-0001. ******The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quotation, conforming to this synopsis/solicitation, will offer the best value to the Government, price, quality, and other factors considered. The following will be used to evaluate quotations: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past experience in providing equipment that meets similar requirements, 3) Past Performance which will be evaluated by reference checks and/or the offeror's recent and relevant past performance on contracts with NIST or its affiliates regarding that the offeror has a demonstrated record of providing commercial items that meet specifications, delivering commercially available items on time and within a reasonable time frame, offeror has been responsive to Government inquiries, and offeror has been cooperative in effectively solving unforeseen problems; and 4) Price. Evaluation factors 1, 2 and 3 when combined are more important than price. ******The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ******The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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: (1) 52.222-3, Convict Labor; (16) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (11) 52.222-21 Prohibition of Segregated Facilities; (12) 52.222-26 Equal Opportunity; (13) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36 Affirmative Action for Workers with Disabilities; (15) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19)(i) 52.225-3 Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act; (21) 52.225-13 Restriction on Certain Foreign Purchases; and (29) 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 clauses may be viewed at www.acqnet.gov. ******All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov. ******All quotes must be received not later than 3:00 PM local time, on April 30, 2004 to the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. 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 must be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus must assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.) If 24 hour notification was not provided, it is suggested you?re your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. *** Numbered Notes 1. ***
- Place of Performance
- Address: 100 Bureau Drive, Building 301 - Shipping & Receiving, Gaithersburg, Maryland
- Zip Code: 20899-3571
- Country: USA
- Zip Code: 20899-3571
- Record
- SN00565527-W 20040416/040414211730 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |