SOLICITATION NOTICE
66 -- Chemiluminiscence Analyzer
- Notice Date
- 4/26/2005
- 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
- SB1341-05-Q-0550
- Response Due
- 5/2/2005
- Archive Date
- 5/17/2005
- 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 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 05-03. 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 unrestricted and all responsible parties may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement for a quantity of one (1) each Chemiluminiscence Analyzer. The NIST Gas Metrology Team requires a chemiluminescence analyzer for gaseous ammonia. The analyzer contains a hot metal converter which efficiently oxidizes ammonia to nitric oxide with greater than 98% efficiency. The resulting nitric oxide can then be analyzed as usual by chemiluminescence referencing NIST?s large in-house infrastructure of nitric oxide primary standards maintained for the analysis of nitrogen oxide and nitrogen dioxide Standard Reference Materials. All interested parties shall provide a quote for the following line item: LINE ITEM 0001: Quantity one (1) each Ammonia Analyzer meeting all of the following required specifications: 1. Capable of monitoring NO/NOx/NO2/NH3; 2. Maximum measurement Range: 0 to 500 umol/mol (ppm) a. Available sub-ranges: 0 to 500 umol/mol b. Available sub-ranges: 0 to 100 umol/mol c. Available sub-ranges: 0 to 20 umol/mol d. Available sub-ranges: 0 to 5 umol/mol 3. Ammonia to nitric oxide conversion efficiency: Greater than 98%; 4. Nitric acid to nitric oxide conversion efficiency: Greater than 98%; 5. Nitrogen dioxide to nitric oxide conversion efficiency: Greater than 98%; 6. Minimum detectable concentration of ammonia: 0.025 umol/mol (ppm); 7. Noise at Zero Point: plus or minus 0.012 umol/mol; 8. Linearity within defined ranges: plus or minus 1%; 9. Internal vacuum pump designed to be almost noiseless. Pump must produce less than 70db; 10. Internal thermal ozone scrubber; 11. Sample flow rate: Less than 0.5 L/min; 12. Heated sample inlet (190 degrees C) to minimize ammonia response time; 13. Simultaneous calibration and measurement of NO/NOx/NO2 and NOxAmine/NOx/NO3 Channel; 14. Rise Time (0 to 90%): Less than 1 second; 15. Lagtime: Less than 1 second; 16. Temperature Range: 5 to 40 degrees C; 17. Humidity Tolerance: 5 to 95% RH; 18. Dry Air Source: Internally generated to feed ozonator; 19. Digital display of concentration and diagnostics; 20. Computer Interface: RS232 or equivalent; where Analytical Data must be available through computer interface through query from user program. Documentation must be supplied to describe communications protocol; 21. Analog Output: 0 to 1V. Delivery 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 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. Delivery should be completed not later than July 15, 2005. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and Price. Technical Capability, and Past Performance, when combined, are more important than price. Strongest consideration shall be given to response time and efficiency of the converter. Evaluation of Technical Capability shall be based on the information provided in the quotation and the results of sample testing. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. For all quotations determined technically acceptable, a sample of ammonia or nitric oxide shall be forwarded to the Contractor by the NIST Contract Specialist. This sample shall be tested by the Contractor at no charge to the Government. The Contractor shall return sample data to the Contract Specialist not later than two (2) weeks after receipt of the sample. The sample data must demonstrate that the converter efficiencies meet or exceed the greater than 98% specification. The Government reserves the right to request an on-site demonstration of the Contractor?s proposed equipment in lieu of sample testing. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on information obtained from references provided and/or the quoter?s recent and relevant procurement history with NIST or its? affiliates. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. 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: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (24) 52.225-1 Buy American Act?Free Trade Agreement?Israeli Trade Act (JAN 2005) with Alternate I (JAN 2004); (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and; (31) 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) Two (2) originals of technical description and/or product literature; and (3) A list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. All quotes must be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Carol A. Wood, Building 301, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:00 p.m. local time on May 3, 2005. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: Contractor's Site
- Record
- SN00795697-W 20050428/050426211757 (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 |