Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2004 FBO #0920
SOLICITATION NOTICE

66 -- Purchase of Bottom-Loading Closed-Cycle Refrigerators

Notice Date
6/1/2004
 
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-0585
 
Response Due
6/18/2004
 
Archive Date
6/19/2004
 
Point of Contact
Myrsonia Palencia, Contract Specialist, Phone 301-975-8329, Fax 301-975-8884, - Joseph Widdup, Contract Specialist, Phone (301) 975-6324, Fax (301) 975-8884,
 
E-Mail Address
Myrsonia.Palencia@nist.gov, joseph.widdup@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation seeks quotes for NEW equipment only; the Government will not consider quotes for refurbished equipment. The Solicitation Number is SB1341-04-Q-0585. The solicitation is issued as a request for quotation (RFQ). The requisition document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-23. This solicitation is being conducted on an unrestricted competitive basis. The North American Industrial Classification System (NAICS) (see http://www.census.gov/epcd/www/naics.html) code for this solicitation is 334516, and the small business size standard for that NAICS code is 500 or fewer employees. THIS SOLICITATION IS SET-ASIDE FOR SMALL BUSINESSES UNDER NAICS 334516 ONLY. OFFERS WILL BE CONSIDERED FROM MANUFACTURERS OR THEIR AUTHORIZED RESELLERS ONLY. NIST intends to conduct an on-line competitive ?reverse auction? to be facilitated by a third-party reverse auction provider, FedBid.com. FedBid.com has developed an on-line, anonymous, browser based application to conduct the reverse auction. Offerors may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. All responsible sources MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer. Offerors that are not currently registered to use FedBid.com Exchange should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID or via email at ClientServices@FedBid.com. NIST is taking this action in an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, competed, real-time quotes for products. Offerors may not artificially manipulate the price of a transaction by any means. It is unacceptable to place bad faith bids, to use decoys in the bidding process or to collude with the intent or effect of hampering the competitive bidding process. The solicitation will start on June 1, 2004, and end on June 18, 2004 at 12:00:00 pm Eastern Time. The selected Contractor must comply with the following commercial item terms and conditions. The list of contract line items numbers and items, quantities and units of measure are as follows: Item No. 0001, Bottom Loading Closed Cycle Refrigerators in accordance with the specifications noted below, Quantity: 3, Unit: Each; Item No. 0002, User Manuals for Item Number 0001; Quantity: 6; Unit: Each; Item No. 0003, Optional Extended Warranty for Item Number 0001; Quantity: 3; Unit: Each; Item Number 0004, Option for Increased Quantity of Item No. 0001; Quantity: 1, Unit: Each; Item Number 0005, Optional Extended Warranty for Item Number 0004, Quantity: 1; Unit: Each; Item Number 0006, User Manuals for Item Number 0004; Quantity: 2; Unit: Each. THE SPECS FOR LINE ITEM 0001 ARE AS FOLLOWS: System Specification: Temperature range at the sample position: 4.2-325 K. Cool down from room temperature to 10 K at the sample thermometer in less than 2 hours, with all radiation shields and sample mount. Minimum 0.1 watts cooling power at 4.2 Kelvin. System shall have the same cooling capacity at tilt angles up to 15 degrees from vertical. Complete temperature control system shall include sensors, heaters, temperature controller, and connecting cables. Temperature control shall be stable to within 0.5 degrees Kelvin below 50 K, within 1 % above 50 K. Temperature sensor accuracy at the sample position: +/- 250 mK for T < 25 K, +/- 1% for T > 25 K. The system shall be protected against thermal damage to the sensors or the cryostat from accidental overheating of the Cold head. Facility interface: The temperature controller shall communicate via RS-232 serial connection. Electrical power requirement: must run on 30A, 220V single phase (NEMA L7-30); 20A, 208V three-phase (NEMA L21-20); or 20A, 120V single phase power (NEMA L5-20). Electrical power connections shall extend at least 9 feet from equipment to power outlets. The cryostat cold head shall provide lifting attachments for use with an overhead crane or hoist. Cabling and hoses shall provide 15 feet of separation between cryostat and supporting compressor/temperature control. ColdHead shall mount onto a goniometer via a bolted bottom flange. The square mounting surface of the goniometer is 250 mm on an edge. There are 4x M6 tapped holes in the mounting surface, arranged on a 230 mm bolt square (325.3 mm bolt circle diameter). In addition, there are less stringent demands on the size of the entire cryostat. As a guide, the entire cryostat should not exceed a diameter of 10 inches in the neutron beam path. Above the neutron beam path, the cryostat should be less than 24 inches in diameter. The overall height should not exceed 6 feet in a running configuration. The figures just listed are guidelines only, and are not absolute requirements. Neutron scattering requirements: Cryostat shall provide 360 degree symmetrical access to the sample in the horizontal scattering plane without intersecting any part of the cooling system. Only thinned aluminum or aluminum alloy windows shall be used in the horizontal scattering plane. The maximum combined thickness of all neutron windows shall be 0.100 inches along a radial line from the outer containment wall to the middle of the sample space. A detachable tailset shall consist of an outer vacuum can, a radiation shield thermally connected to the first stage, and a radiation shield thermally connected to the sample stage. Because the NIST sample holders are relatively large (compared to x-ray samples) and thermal gradients need to be minimized, the radiation shield thermally connected to the sample stage is required. The detachable tailset shall be engineered for routine and frequent assembly and disassembly using a simple, intuitive design. The neutron beam (see figure 1.) shall be considered to have: A height of 2 inches, symmetric about the neutron beam centerline, with a vertical divergence of 5 degrees above and below the horizontal, starting from the center of the sample position. Neutron beam centerline is located 6 inches above the mounting interface to the goniometer. Sample mounting position is 1.75 inches above neutron beam centerline. Item Number 0001 and Item Number 0002 must be offered and priced on an F.O.B. Destination basis. Delivery for Item Number 0001 (and, if applicable, Item Number 0002) MUST be made to the address that will be specified in the purchase order (NIST, Building 301 Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland 20899-0001). The provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. Award will be made using Simplified Acquisition Procedures under FAR Subpart 13.5, Test Program for Certain Commercial Items. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer confirming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical acceptability of items offered, in terms of whether they meet or exceed the specifications listed in this solicitation; (2) past performance information for the Offeror, and (3) evaluated price. Non-price evaluation factors are significantly more important than evaluated price. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items, with their offer, with all applicable sections therein completed by the Offeror. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition; the additional FAR clauses cited in that clause that apply to this solicitation include: (1) 52.203-6; (5)(i) 52.219-6; (7) 52.219-8; (9) 52.219-14; (14) 52.222-3; (15) 52.222-19; (16) 52.222-21; (17) 52.222-26; (18) 52.222-35; (19) 52.222-36; (20) 52.222-37; (23)(i) 52.225-3; (25) 52.225-13; (26) 52.225-15; (30) 52.232-33. ALL FAR provisions and clauses cited in this solicitation are accessible at http://www.acqnet.gov/far under the button Current FAR in part 52. Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item (Mar 1989), applies to this solicitation. The Contracting Officer may exercise the option by written notice to the Contractor within two (2) years after award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. AT A MINIMUM, RESPONSES TO THE FOLLOWING ITEMS MUST BE PROVIDED IN THE QUOTE DOCUMENTATION THAT ARE SUBMITTED DIRECTLY TO NIST (NOT THROUGH FEDBID.COM): (1) Detailed technical literature that shows what is being offered for each item numbers (including specifications that show dimensions, performance characteristics, functions, etc.); (2) At least three past performance references for SIMILAR contracts/orders completed within the past 3 years (or are currently being completed), to include the name of the Customer organization, a named point of contact in that organization that is familiar with the contract/order from a technical or contractual standpoint, their phone number, their email address, and their fax number; (3) Indication of both duration of warranty AND nature of warranty offered for each item number (the Government requires that the standard commercial warranty be offered for items being quoted for this solicitation; extended warranty may offered, and, if offered, it must be priced separately in the quotation); (4) Completed copy of FAR provision 52.212-3, which is accessible on the internet in .html format for .pdf format at http://www.arnet.gov/far under the button Current FAR in Part 52; (5) Indication of when Item Number 0001 would be delivered to the NIST shipping and receiving dock after receipt of order. (6) List of what items and/or services that NIST would have to provide the Contractor during installation for the Contractor to complete the installation of Item Number 0001 (applies only if the Offeror would be required to install Item Number 0001); and (7) List of assumptions made by the Offeror in submitting the quote that relate to Contractor performance after award. QUESTIONS REGARDING THIS SOLICITATION MUST BE SENT BY EMAIL ONLY TO myrsonia.palencia@nist.gov, AND MUST BE RECEIVED AT THAT EMAIL ADDRESS NO LATER THAN FRIDAY June 18, 2004. Any amendments to this solicitation will be posted at www.fedbizopps.gov only and will not be released by other means to potential offerors. NOTE: Payment for each item will ONLY be made AFTER the Government receives them and accepts them, and the Contractor thereafter submits a proper invoice to the NIST Accounts Payable Office for those line items. (Advance payments will not be made to the Contractor before NIST accepts the equipment or the training.) OFFERS, EXCLUDING PRICING (WHICH MUST BE SUBMITTED ON FEDBID.COM) MUST BE SUBMITTED BY EMAIL ONLY IN .doc, .xls AND/OR .pdf FORMAT(S) TO myrsonia.palencia@nist.gov NO LATER THAN JUNE 18, 2004. THE OFFER MUST BE RECEIVED AT THAT EMAIL ADDRESS NO LATER THAN 12:00 PM EASTERN TIME ON THAT DAY. PRICING FOR ALL OFFERED ITEMS MUST BE VALID FOR AT LEAST 60 DAYS. 1352.252-71 SERVICE OF PROTEST (MARCH 2000). An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296/htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protect Decision Authority). Agency protest filed with the Contracting Officer shall be sent to the following address: ATTN JOSEPH WIDDUP, CONTRACTING OFFICER, NIST, 100 BUREAU DR, MAIL STOP 3571, BLDG 301 ROOM B129, GAITHERSBURG, MD 20899-3571, FAX (301) 975-8884. If protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. DEPARTMENT OF COMMERCE, OFFICE OF THE GENERAL COUNSEL, CONTRACT LAW DIVISION?ROOM 5893, HERBERT C. HOOVER BUILDING, 14TH STREET AND CONSTITUTION AVENUE, N.W., WASHINGTON, D.C. 20230, ATTN: MARK LANGSTEIN, ESQ., FAX: (202) 482-5858.
 
Record
SN00595134-W 20040603/040601211651 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.