Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2005 FBO #1372
SOLICITATION NOTICE

66 -- Inficon Residual Gas Analyzer System

Notice Date
8/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture 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-05-812-6597
 
Response Due
9/2/2005
 
Archive Date
9/2/2005
 
Point of Contact
Jo-Lynn Davis, Contract Specialist, Phone 301-975-6337, Fax 301-975-6319, - Jo-Lynn Davis, Contract Specialist, Phone 301-975-6337, Fax 301-975-6319,
 
E-Mail Address
jo-lynn.davis@nist.gov, jo-lynn.davis@nist.gov
 
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 in the Federal Acquisition Circular 05-05. This is a brand name or equal procurement. Brand name or equal description is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency requirement. The National Institute of Standards and Technology (NIST) has a requirement for an residual gas analyzer (RGA) with mobile cart, cart adapter, and single senor software. All interested offerors shall provide a quote for the following line items, or a system with functionality equal to the following: Line Item 0001: Quantity one (1) each Inficon model number 2110502121320133, Compact Process Monitor which consists of: 200 AMU Transpector 2 Electronics; CVD/Etch Ion Source; Corrosive pumping package; HexBlock Inlet with two orifices, high pressure bypass and high vacuum; 1.5 m TORR Orifice; 100 Torr spitter option; KF25 In-line process connection; 100 Torr Range Hex Block Process Pressure Gauge; Calibration Reference; Dry Diaphragm Pump, 24 V(dc); 3 meter Power Cable Set; 3 meter Foreline hose (includes pump control cable). Line Item 0002 Quantity (1) each Inficon model 923-714-G1 CPM Cart Adapter. Line Item 0003 Quantity (1) Inficon model 919-501-G1 Mobile Cart. Line Item 0004 Quantity (1) Inficon model 911-339-G3 Tware 32 Single Sensor Software, CD Award shall be made to the offeror whose quote meets all required technical specifications as determined by an evaluation of documentation submitted in accordance with this solicitation. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical and price shall be considered to be of equal value. Evaluation of Technical Capability will be based on the information provided in the quotation. Offerors shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, which clearly documents that the offered product(s) meet or exceed the specifications stated above and meet the needs of the Government in essentially the same manner as the brand name. The following provisions apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. The following clauses apply to this acquisition: 52.211-6 Brand Name or Equal; 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) 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; (24) 52.225-3, Buy American Act – Free Trade Agreement – Israeli Trade Act, Alternate II; (26) 52.225-13 Restriction on Certain Foreign Purchases; 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 offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) The most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov or a current registration at http://orca.bpn.gov/. The Contractor must state the warranty coverage provided for all line items. Delivery shall be not later than 30 days after receipt of order. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Jo-Lynn Davis, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Submission must be received by 3:30 p.m. local time by September 2, 2005. Emailed offers shall be accepted, however, all information must be included in the submission. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/Reference-Number-05-812-6597/listing.html)
 
Place of Performance
Address: Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00881390-F 20050829/050827211814 (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.