Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2005 FBO #1358
SOLICITATION NOTICE

66 -- Fuel Cell Test Station

Notice Date
8/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument 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
SB1341-05-Q-0939
 
Response Due
8/23/2005
 
Archive Date
9/7/2005
 
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 05-04. 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 offerors may submit a quote. The National Institute of Standards and Technology (NIST), Ionizing Radiation Division, has a requirement for a Fuel Cell Test Station. Quoters shall provide a quotation for the following: LINE ITEM 0001: Fuel Cell Test Station meeting all of the following required specifications: 1. Must be designed for single cell testing and not stack testing; 2. Must be for testing PEM type fuel cells; 3. System must be modular and customizable allowing changes without re-design and replacement of major components; 4. Load bank must be able to control either potential or current in single cell PEM from 0 V to 10 V, 0A to 100A and 50mW to 150W; 5. System must be able to perform AC impedance measurements for a frequency range of 0.1 Hz to 10,000 Hz. AC Impedance measurements must be made using a sine correlation technique and must have a minimum of 1000 data points per individual frequency measurement; 6. Must control hydrogen and air with nitrogen purge. Must be a multi-valve design to provide automated purging of gas lines controlled by the operating software; 7. Must have separate humidity control on anode and cathode to handle 10 slpm flow rate each. All gas humidification must be achieved using Nafion tubing; 8. Must have temperature control on both humidity bottles and for fuel cell; 9. Must have digital mass flow control on anode and cathode to handle a maximum of 5 slpm with flow-tracking and must be accurate to better than plus or minus 1% FS. Must be fully controlled by the control software. Must be upgradeable to allow at least 4 more mass flow controllers at a future date; 10. All valves must be automatic computer controlled purge control. Must allow automated purging of gas lines and shutoff of mass flow control; 11. Must have manual backpressure control with option to upgrade later to automatic backpressure control for both anode and cathode; 12. Control software must be open-architecture written in LabView with the source code provided with system; 13. System must be computer controlled with LabView and the operating system must be Windows XP sp2 or greater; 14. Computer interface card and cables must be included; 15. System must function at time of delivery and be able to control a 50 cm squared fuel cell; 16. System must be compact and not exceed the size of a compact cabinet for bench top use. Maximum dimensions are 24? wide x 30? deep x 20? tall; 17. Must have safety interlocks to disable system in case system parameters are out of range of user inputs for these parameters; 18. Must have a large accessible emergency safety shutdown button on the control stand. The Contractor shall provide a description of the warranty provided for the equipment. Delivery shall be FOB DESTINATION shall be completed in accordance with the Contractor?s commercial schedule. 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. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accord with this solicitation; (2) Has a satisfactory record of past performance with respect to quality of product provided, timeliness of delivery, and delivery of products as quoted; and (3) Quotes the lowest price. Evaluation of Technical Capability shall be based on the information provided in the quotation. 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. 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. Past Performance shall be determined satsifactory if the majority of references contacted provide positive feedback with respect to the areas of interest identified above. 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; (25) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Trade Act with Alternate I; (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 copy of a quotation which addresses Line Item 0001 and all Technical Evaluation Criteria; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) A copy of the most recent published price list(s) and; (5) 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 company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed.. All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on August 23, 2005. FAX quotations shall not be accepted. E-mail quotations shall be accepted.
 
Place of Performance
Address: Contractor's Site
 
Record
SN00870111-W 20050815/050813211747 (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.