Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2005 FBO #1375
SOLICITATION NOTICE

66 -- Laser Hygrometer

Notice Date
8/30/2005
 
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-0955
 
Response Due
9/9/2005
 
Archive Date
9/24/2005
 
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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractor?s may submit a quotation. *** ***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 is seeking to purchase One (1) Tiger Optics, LLC Laser Hygrometer or technically equivalent product.*** All interested Contractor?s shall provide a quote for the following item: Line Item 0001: Quantity One (1) Tiger Optics, LLC Laser Hygrometer , Model MTO-1001-H20 with 2-valve manifold gas inlet, Part Number F5002 or equivalent product. NIST requires a laser-based hygrometer for use as a check standard for tests performed using the NIST Low Frost-Point Generator (LFPG) and as a null detector for a new calibration service. A technically equivalent laser hygrometer must meet the following specifications: (A) General: Sensing technique:The measured water vapor concentration must be determined by laser-absorption spectroscopy, with the exception that water vapor concentrations obtained by comparison of the spectroscopic measurements of the test gas to spectroscopic measurements of a second gas source are not permissible. Environmental Requirements: The hygrometer must be capable of operating in an environment of 20 degrees C plus/minus 10 degrees C, with relative humidity of 50 percent RH plus / minus 20 percent. Input line voltage requirements: The hygrometer shall operate on 110VAC, at 60 Hz, and draw less than 5 Amperes. Sample line heating capability: Sample lines and valves shall withstand constant duty cycle temperature regulation at 60 degrees C. Gas Sampling Inputs: Two gas-sampling inputs shall be supplied. The inputs shall include a high-purity diaphragm valve on each leg and a bypass that vents a small fraction of the test gas when the valve is not opened, facilitating drydown. Gas flow capacity: The maximum operating flow rate through the hygrometer shall be at least 2 standard liters per minute (SLM) of Nitrogen. Inlet Pressure Capacity: The maximum allowable inlet pressure must be at least 50 pounds per square inch absolute pressure (PSIA). Warranty: Warranty shall be for 1 year including parts and labor. (B) Hygrometer Performance Specifications: Minimum Detection limit: The minimum detectable water vapor concentration shall be 200 parts per trillion (PPT) mole fraction or less. Sensitivity: The sensitivity of the analyzer shall be 100 PPT or less. Maximum detection capability: The hygrometer shall be capable of measuring water vapor concentrations as high as 1 part per million. Response time: Response to 50 ppb step change shall be less than three minutes. Accuracy: Specified accuracy shall be the greater of plus / minus 4 percent of reading or plus / minus 100 ppt. Stability of zero reading: The analyzer response to a purified gas stream shall not drift by more than 100 PPT or the analyzer?s sensitivity specification, whichever is less. Absolute zero: The zero reading shall not be dependent on the measurement of an auxilliary ?zero gas?, nor shall the analyzer zero be dependent on anything other than the spectroscopic technique employed by the analyzer. Hygrometer sensitivity to changes in laboratory environment: Sensitivity of the hygrometer to changes in the laboratory temperature and humidity conditions, over the range specified in the general specifications section, shall be less than the sensitivity specification of the hygrometer. ( C ) Construction materials and methods: Wetted Materials:Wetted materials within the hygrometer must be compatible with making part per trillion measurements. Generally, this means that components coming in contact with the test gas should be constructed of electro-polished, passivated 316L stainless steel, with a surface finish of 10 micro-inches RA (roughness average) or smoother. The manufacturer of the hygrometer must disclose the manufacturer, part number, and material composition of all components containing non-electro-polished, stainless steel wetted surfaces, so that we may evaluate the potential degradation of performance due to their use. Use of elastomers / elastomeric seals: No elastomers or elastomeric seals may be used in any way that contacts the test gas stream, including applications in which the elastomer does not directly contact the gas stream, but whose proximity to the stream might create a water vapor concentration gradient that could contribute water vapor to the test gas stream, as in face-sealing applications. Gas connections and tubing fittings: All gas connections and tubing end fittings shall be ? inch diameter Swagelok VCR connections or equivalent metal face-seal fittings. Tubing fittings employed to change the direction of tubing runs shall be Swagelok Micro-fit fittings, or equivalent. All fittings shall possess electro-polished and passivated interior surfaces as specified above. Construction of tubing runs: Bends are not permitted in any tubing runs that contain test gas. Changes in the direction of flow shall be accomplished by welding the appropriate fittings into the tubing run, as specified above. Welding: Tubing runs shall be orbital welded, consistent with current high-purity practices employed by the semiconductor processing industry. Leak rate of assembled components: The maximum allowable leak rate is 2 x 10-8 mbar ? liter /sec. Sample cell insulation: The sample cell shall be covered with thermal insulation to minimize measurement variations due to laboratory temperature fluctuations. (D) Data handling / storage / outputs: Computer Operating System: Any internal computer must be compatible with NIST network security requirements. For example, Windows 2000 or XP operating systems are acceptable. Windows 98 is not. Data Display: The output graphical display shall be scalable by the user. The minimum scale shall be from ?200 ppt to 1 ppb or less. See requirement for display of negative concentrations. Provision for display and output of negative-vapor concentrations: The hygrometer shall display (and store / transmit) negative water vapor concentrations that might normally result from measurements at very low water vapor concentrations. Internal Data Storage: Any internal computer shall include minimum internal data storage capability of 3 gigabytes (20 preferred). Analog outputs: Analog outputs shall be supplied for each gas input channel. Acceptable outputs are 0 to 10 VDC, 4-20 mA, or 0-20 mA. The outputs shall be scalable with a minimum range corresponding to a water vapor concentration from ?200 ppt to 1 part per billion. Data Transfer capability: Any hygrometer that includes an integral computer shall include a USB port to enable transfer of all data. Any hygrometer that does not contain an integral computer shall be supplied with an IEEE-488 interface or USB port enabling full control of all instrument parameters and transfer of all data to an external computer *** The Contractor shall state the warranty coverage provided for the instrumentation. The Government requires at least a one (1) year warranty.*** ****Delivery shall be provided no later than 6 weeks after receipt of an order and 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 any 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***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 the specifications stated above and meet the needs of the Government in essentially the same manner as the brand name. *** Award shall be made to the quoter whose quote offers the best value to the Government. Technical Capability, Past Performance, and Price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirements," 2) Past Performance and 3) Price. Technical capability and Past Performance shall be more important than Price. Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications and clearly documents that the product offered meets the specifications identified herein. NOTE: N.I.S.T. RESERVES THE RIGHT TO REQUIRE THAT POTENTIAL SUPPLIERS SUBMIT A DEMONSTRATION INSTRUMENT FOR TESTING AT N.I.S.T. TO ENSURE THAT THE INSTRUMENT CAN PERFORM IN ACCORDANCE WITH THE REQUIREMENTS OF THIS PROCUREMENT. Evaluation of Past Performance will be based on the information received from references provided. Past Performance shall evaluate the overall quality of the product & service provided by the Contractor. *** 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: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ***The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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) 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; (24) (i) 52.225-3 Alternate I, Buy American Act-Free Trade Agreements-Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases and (32) 52.232-34, Payment by Electronic Funds Transfer-Other than 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 all line items; 2) Two (2) copies of technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s) and 5) For the purpose of evaluating Past Performance, quoters shall provide a list of three (3) references (references within the United States preferred) to whom identical or similar products have been sold. Company name, Point of Contact, Telephone number & e-mail address must be provided for each reference. All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received by 3:30 p.m. local time on September 9, 2005. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Joni Laster) @ joni.laster@nist.gov. ***
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00882361-W 20050901/050830211746 (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.