Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
MODIFICATION

36 -- Cryogenic Mill & Accessories

Notice Date
8/23/2004
 
Notice Type
Modification
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NCNS4000-4-00142
 
Response Due
9/13/2004
 
Archive Date
9/28/2004
 
Point of Contact
Sharon Clisso, Contract Specialist, Phone (816) 426-7267 ext. 231, Fax (816) 426-7530, - Jane Allen, Contract Specialist , Phone 816-426-7267, Fax 816-426-7530,
 
E-Mail Address
sharon.k.clisso@noaa.gov, jane.a.allen@noaa.gov
 
Description
THIS AMENDMENT REPLACES THE PREVIOUSLY POSTED COMBINED SOLICITATION FOR THE REFERENCED PRODUCT. THE BID FORMAT PORTION OF THIS SOLICITATION HAS BEEN REVISED TO REMOVE THE PART NUMBER FROM THE PRODUCT DESCRIPTION. ALL OTHER INFORMATION AND TERMS REMAIN THE SAME. This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service Hollings Marine Laboratory, Charleston, South Carolina to provide a cryogenic mill and accessories and constitutes the only Request For Proposal (RFP), written offers are being requested; and a written RFP will not be issued. This notice is hereby issued as RFP No. NCNS4000-4-00142JAA. This RFP and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-24. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.203-3 Gratuities (Apr. 84), 52.204-4 Printed or Copied Double Sided on Recycled Paper (Aug. 2000), 52.211-8 Time of Delivery (Jun. 1997), 52.211-16 Variation in Quantity (APR. 1984), 52.212-1 Instruction to Offerors ? Commercial Items (Jan. 2004), 52.212-2 Evaluation ? Commercial Items (Jan. 1999) (*See text below), 52.212-3 Offeror Representations and Certifications ? Commercial Items (May 2004), 52.212-4 Contract Terms and Conditions ? Commercial Items (May 2004), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (June 2004) (Sections 1, 9, 14, 15,16, 17, 24, 25, and 30), 52.232-17 Interest (Jun. 1996), 52.214-21 Descriptive Literature (Apr. 2002), 52.242-15 Stop-Work Order (Aug. 1989), 52.247-35 FOB Destination, Within Consignee?s Premises (Apr.1984), 52.252.2 Clauses Incorporated By Reference (Feb 1998), . FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Mar. 2000), 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Mar. 2000), , 1352.208-70 Printing (Mar. 2000), 1352.209-71 Organizational Conflict of Interest (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000) 1352.209-73 Compliance with the Laws (Mar. 2000), 1352.215-75 Basis For Evaluation (Mar. 2000) (**See text below), 1352.215-73 Inquiries (Mar. 2000), 1352.216-70 Contract Type (Mar. 2000), 1352.242.71, 1352.228-70 Insurance Coverage (Mar. 2000), 1352.228-72 Deductibles (Mar. 2000), 1352.233-70 Harmless From Liability (Mar. 2000), 1352.233-71 Service of Protests (Mar. 2000), 1352.246-70 Inspection and Acceptance (Mar. 2000), and 1352.252-70 Regulatory Notice (Mar 2000). Full text of these CAR clauses is available upon written request by sending an email to jane.a.allen@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CASC, Attn: AMD/Jane Allen, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Friday, September 10, 2004. Offers may be faxed to 816-426-7530 Attn: Jane Allen. In addition to price, offers must include the following: 1)a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2)certification of registration in the Central Contractor Registration database; 3)a proposed delivery schedule; 4)descriptive literature; and 5) references for conducting past performance reviews. This is a firm fixed price solicitation. PRODUCT DESCRIPTION: The contractor shall provide one (1) cryogenic mill and accessories per the minimum requirements shown herein to include all manuals, schematics, mechanical drawings for operation and one week start-up/commissioning at Hollings Marine Laboratory, Charleston, South Carolina. Minimum Requirements for cryogenic mill to be located in the Standard Reference Materials Production Laboratory (Room C105) of the Hollings Marine Laboratory (HML), 331 Fort Johnson Road, Charleston, SC This mill will be used for grinding large amounts (10 - 20 Kg) of frozen animal and plant tissues (the product) that are used to manufacture Standard Reference Materials (SRMs) that are distributed by the National Institute of Standards and Technology (NIST), one of the HML partners, to environmental analytical chemistry laboratories for Quality Assurance procedures required in their research. As a minimum: The mill must be capable of maintaining ultra-cold temperatures of the product from ? (80 ?C to -150 ?C) during all phases of the feeding and grinding process The design of the mill must allow for the grinding temperatures to be selectable down to - 180 ?C Since the Production Lab where the mill will be located has an existing liquid nitrogen source, the mill must be capable of being cooled by liquid nitrogen The product cannot be contaminated by organic compounds nor by trace elements common in mild steel, stainless steel, and other steel alloys during the grinding process; therefore, All components coming into contact with the material being ground (including grinding compartment and grinding media) must be titanium or Telfon The mill must be capable of disassembly for cleaning between grinding jobs Flow rate of the frozen material must be continuous and adjustable with a grinding rate capability of 2 to 5 kg/hr For safety purposes, the grinding compartment must be integrated into a single insulated housing unit with internal sound attenuation The grinding compartment of the mill must be gas-tight during operations The Production Lab that will contain the mill is located on the first floor of the HML, which is not on slab, but is suspended 5 feet above grade; therefore, the mill must have internal vibration attenuation designed into the unit to eliminate vibration transmission in a suspended concrete floor. The equipment must operate on 208 volt, 60 Hz power source The electrical motor of the mill must be equipped with a brake The mill must be equipped with a timer to allow for adjustments of grinding times between 0 and 60 minutes The mill must include a metering feeding device (preferably a vibrating trough conveyor type) that maintains the cryogenic temperatures required of the frozen material. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: CLIN #1 ? Vibrating Mill 1 ea. $____________ CLIN #2 ? Set of Grinding Media (Titanium Rods) 1 ea $____________ CLIN #3 ? Vibrating Trough Conveyor 1 ea $____________ TOTAL: $____________ The above price includes the equipment, manuals, schematics, mechanical drawings for operation and one (1) week start-up/commissioning at the site. DELIVERY SCHEDULE: Required Delivery: 6 Months from date of award. Proposed Delivery: ________________________ Delivery shall be FOB Destination. FAILURE TO FURNISH DESCRIPTIVE ITERATURE WILL RENDER THE OFFER NON-RESPONSIVE. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. *Insert data for FAR 52.212-2 (a) The following factors shall be used to evaluate offers: Technical capability. Provide sufficient information, documentation and descriptive to demonstrate ability to meet or exceed the Government?s requirement. Delivery schedule. Ability to meet or exceed the Government?s delivery schedule. Past Performance. Provide list of contacts including phone numbers, to conduct firm?s past performance in successfully providing equipment similar to that described herein. Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the solicitation requirements. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which selection is to be based. The Government reserves the right to award to other than the lowest prices offeror or to the offeror with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government. **CAR 1352.215-75 Basis for Evaluation This is a best value, competitive requirement. Award will be made to the offeror whose offer meets or exceeds the solicitation requirements; which is determined responsible in accordance with the Federal Acquisition Regulations (FAR) by possessing the financial and other capabilities to fulfill the requirement of the contract; and whose proposal is judged, by an integrated assessment of price and other evaluation factors listed herein, to be the most advantageous to the Government. The Government will use the best value trade-off process in determining which offer is in the best interest of the Government in accordance with the FAR. The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract depending on the quality of the proposal(s) submitted and the availability of funds. The Government reserves the right to award without discussion based solely upon the initial proposals.
 
Place of Performance
Address: U.S. Dept. of Commerce/NOAA, Nat. Ocean Service Hollings Marine Lab, 311 Ft. Johnson Rd., Charleston, SC
Zip Code: 29412
Country: US
 
Record
SN00649335-W 20040825/040823211728 (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.