Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2005 FBO #1329
SOLICITATION NOTICE

J -- Refurbish Displacers for Leybold Cold Heads

Notice Date
7/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
333911 — Pump and Pumping Equipment 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, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
Reference-Number-05-856-4447
 
Response Due
7/22/2005
 
Archive Date
8/6/2005
 
Small Business Set-Aside
Total Small Business
 
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 2005-04. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 333911 with a small business size standard of 500 employees. This is a small business set-aside. ***The National Institute of Standards and Technology (NIST), has a requirement for Contractor to refurbish displacers for the following Leybold equipment: LINE ITEM 0001: Quantity: 1 each, displacer for Leybold RGD 210 cold head; LINE ITEM 0002: Quantity: 8 each, displacer for Leybold RGD 510 cold head; and LINE ITEM 0003: Quantity: 1 each, displacer for Leybold RGS20 cold head. The Contractor shall provide all personnel, equipment, tools, materials, and supervision necessary to perform the following tasks: (1) Refurbish the displacers to operate to original manufacturer?s specifications; (2) Secure second stage gasket with protection cover; (3) Provide new control valve and spring; (4) Vacuum seal the displacer for shipping. NIST shall test one of the displacers within thirty (30) days from receipt of the returned equipment. The test shall consist of install the displacer in one of the NIST Center of Neutron Research?s (NCNR) Closed Cycle Refrigerators. The refrigerator shall cool to 10 Kelvin in two hours. If the displacer passes the test, all the displacers shall be accepted. These displacers are spare parts that shall be vacuum sealed until they are used. Therefore, testing or inspecting all of them upon receipt would not be feasible. The period of performance shall be six months from receipt of order. Delivery shall be FOB DESTINATION. ***Award shall be made to the offeror whose quote is the best value to the Government. The Government will evaluate information based on the following evaluation criteria: 1) Experience 2) Past Performance and 3) Price. *** Evaluation of Technical Capability shall be based on the information provided in the quotation. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information provided by NIST and its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar services have been sold. 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. Past Performance shall be evaluated to determine the overall quality of the service provided by the Contractor. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably. *** The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-Commercial Items. CLAUSES: 52.204-7 Central Contractor Registration (Oct 2003), 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) 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126); (2) 52.222-21, Prohibition of Segregated Facilities; (3) 52.222-26, Equal Opportunity; (4) 52.222-36, Affirmative Action for Workers with Disabilities; (8) 52.225-1 Buy American Act ? Supplies (June 2003) (41 U.S.C, 10a ? 10d); (9) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (10) 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003); and (11) 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 interested parties should submit quotes to include the following: 1) Firm-fixed price for the RFQ requirements broken down by labor, materials, shipping etc); 2) Company?s capabilities to meet the requirement specifications listed above; 3) List of similar orders/contracts that the offeror has completed in the past 3 years (company/organization name, address, point of contact, phone number, description of work and dollar amount); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. *** All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Lisa Sawyer, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** Submission must be received by 3:00 p.m. local time on July 22, 2005. FAX QUOTES SHALL BE ACCEPT`ED. Fax response to (301) 975-8884.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00848115-W 20050717/050715211836 (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.