Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2006 FBO #1641
SOLICITATION NOTICE

66 -- Inert Atomosphere Glove Box

Notice Date
5/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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-PR-06-856-5089
 
Response Due
6/1/2006
 
Archive Date
6/16/2006
 
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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. 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) 2005-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees. This acquisition is100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer shall qualify as a Small Business manufacturer under the NAICS code identified above. The National Institute of Standards and Technology (NIST) has a requirement for an inert atmosphere Glove Box for the Chemical Physics Laboratory. All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 ?.one (1) each, Glove Box System and accessories?.?$_________________ Line Item 0002?? The contractor shall provide detailed engineering drawings for acceptance by the COTR ??..$_________________ Line Item 0003??..1 set of installation instruction and operation manuals $_______________ Line Item 0004???The contractor shall provide installation of the glove box and training. Line Item 0005???..The contractor shall provide technical support via the telephone or email with a response time of less than 24 hours for a period of at least one year. Line Item 0006????The contractor shall provide a minimum of one year service warranty including parts and labor. A. Specifications The system shall meet or exceed the following technical specifications: 1. General Requirement The overall dimensions of the glove box including the antechamber shall be 80?plus or minus 1 W x 30? plus or minus1 D x 40? plus or minus1 H. The purification and regeneration systems shall not add to these dimensions; they should be accommodated below the glove box due to space restrictions. The purification system is deemed to be integral to the glove box and the supplier shall accommodate them accordingly. a. It shall be dual-side, 3 port length with at least three removable port covers. c. The glove box shall be made of Stainless Steel (304) at least 3mm thick. b. The side panel away from the antechamber shall be removable to allow an additional glove box to be attached as an upgrade in the future. c. The dimensions of the antechamber shall be 15? plus or minus 0.5 x 24? plus or minus 0.5 (length x diameter) with a sliding tray. Control and purging of the antechamber shall be PLC controlled with customizable options of ultimate vacuum levels and purge times. d. A standard mini-antechamber is required. This shall be manually operated with a single three-way valve for evacuating and purging. It shall be located on the same side as the main antechamber and shall not exceed 15? length. e. Window material should be standard (10mm thick polycarbonate). f. Piping to and from regenerators shall be SS-304. g. The glove box leak rate shall not be greater than 0.5 vol percent/hr. 2. Ancillary Requirements a. It shall have 4 double-receptacle electric outlets; two on each end of the glove box able to provide 110V, 15A per receptacle. b. It shall have 2 vacuum connections. Each connection shall have stainless steel, packless bellows valves inside and outside the box with 1/4? VCR male fitting terminations (such as Swagelok Part# SS-4BK-VCR or equivalent). One connection needs to originate in the side of the glove box with the antechamber, the other connection needs to be on the opposite wall. c. For storage it shall have a minimum of 3 removable and adjustable shelves on the wall opposite the antechamber. They shall be solid shelving (Stainless Steel) of 10 plus or minus 1? deep and span from window to window. d. For illumination, the system shall have overhead lights that provide levels of illumination at least equivalent to those of fluorescent lights. e. The glove material shall be butyl. The 2 gloves nearest the antechamber shall be left and right-handed to enable comfortable working conditions, and the third glove next to the storage wall shall be ambidextrous. 3. Purification Systems a. We require a purifier column for the removal of water and oxygen. b. A single stage purifier with a 40 to 50 CFM minimum blower. c. Automatic catalyst regeneration with the PLC controller that can be set on a given schedule. d. The analyzer shall be sensitive to better than 1ppm oxygen and 1ppm water. 4. Control Systems- Computer control system with PLC and LCD interface to control operating pressure ranges, automatic antechamber loading, regeneration periods and user access controls. The capability to switch to manual control is desired. 5. Pump- The pump shall be a 10 cfm (minimum) dry pump with no hydrocarbons. The leak tightness shall be of at least 1 x 10 minus 6 mbar liter per second. 6. Requirements Identified Under Line Items 0002-0006 a. The contractor shall provide detailed engineering drawings for acceptance by the COTR. b. The contractor shall provide technical support via the telephone or email with a response time of less than 24 hours for a period of at least one year. c. The contractor shall provide a minimum of one year service warranty including parts and labor on site d. The contractor shall schedule and facilitate installation/set-up and one (1) training session for two (2) staff members at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and demonstration of performance specifications, but shall be completed no later than 10 days after delivery B. Reporting Requirements and Deliverables a. Detailed engineering drawings for acceptance by COTR. Due 15 days after contract is awarded. b. The unit with its components must be delivered within 60 days after engineering drawing acceptance. c. Installation instructions and operation manual for the system must come with delivery C. Inspection and Acceptance Criteria a. NIST will inspect and accept engineering drawings prior to the construction of the glove box. Acceptance does not imply a decision by the government that the proposed design will work. All responsibility for design and product to meet specifications rests on the vendor. b. Physical inspection at NIST laboratory for adherence to specifications. c. Performance check at NIST laboratory for adherence to performance specifications. D. Government Responsibilities: The government will provide required electrical connections. The Government will provide gas lines and regulators from required gas tanks to glove box and generators. E. Delivery Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. 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. E. Proposal/Quote Evaluation a. The Government will evaluate proposal/quote information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Vendor?s past experience. Offers will be evaluated based on supplied information that demonstrates vendor?s experience in supplying the glove box for use under comparable conditions and constraints to those specified in this RFQ), 4) Past Experience, and 5) Price. b. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. Award will be made on a best-value basis. Strongest consideration shall be given to the Offerors whose quote exceeds the technical specifications in the following categories: Enhanced capabilities of the computer control system. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. A rough schematic or diagram of the proposed instrument design should also be included. Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products 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 Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable Inert Atmosphere Glove Box Systems. Information on past experience may be obtained from references. The following provisions and clauses apply to this acquisition: Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.225-4 Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate and Alternate I Offerors shall 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. Clauses 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: 52.219-6 Notice of Total Small Business Set Aside 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies (16) 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act w/ (ii) Alternate I 52.225-13, Restrictions on Certain Foreign Purchases 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 clauses may be viewed at www.acqnet.gov. All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. All quotes shall be received not later than 3:30 PM local time, on June 1, 2006 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-3571, Attn: Tye Gibson. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted.
 
Place of Performance
Address: NIST, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN01055247-W 20060525/060523220311 (fbodaily.com)
 
Source
FedBizOpps 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.