Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2006 FBO #1657
SOLICITATION NOTICE

66 -- NCR Scanning Mobility System

Notice Date
6/8/2006
 
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
Reference-Number-PR-06-863-6747
 
Response Due
6/19/2006
 
Archive Date
7/4/2006
 
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 334516 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 a, HRC Scanning Mobility System, including a portable condensation particle counter. All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 1 EA HRC Scanning Mobility Particle Spectrometer (SMPS) System $_________________ Line Item 0002 1 EA Installation and training for the SMPS. Line Item 0003 1 EA Portable Condensation Particle Counter (CPC) The SMPS system shall meet or exceed the following technical specifications: 1. The system shall be able to measure particles with diameters less than or equal to 2.5 nm. 2. The system's maximum particle concentration shall "be greater than or equal to 10,000,000" particles/cc. 3. The condensation particle counter (CPC) condensing fluid shall be water. Butyl alcohol shall not be used. 4. The system scan time must be capable of being set by the user to less than or equal to "two minutes" to allow for nearly continuous sampling capability. 5. The DMA shall have a particle size resolution of at least 64 channels/decade. 6. The system shall allow for interchangeable Diffusion Mobility Analyzers (DMAs). The system shall allow the use of a DMA with a different particle size range and use with same CPC. 7. The computer software shall be able to run on a Windows operating system. 8. The system shall have a proven ability in experimental studies through peer-reviewed references. See Proposal Evaluation. 9. Installation and Training: Installation Installation shall occur at NIST and include, at a minimum, uncrating, set-up and hook up of all equipment; integration of all new equipment; installation and start-up of all new software, turn-key start-up of the system; functional test to ensure all components are working and demonstration of specifications. Training The Contractor shall provide training, on-site at NIST, for NIST personnel. The training, shall cover a complete description of the components and maintenance of the system and, at a minimum, a description of how each component works, a description and demonstration of the new software, with explicit instructions about how each segment of the software works. Training is anticipated to be not less than eight (8) hours. The portable Condensation Particle Counter (CPC) system shall meet or exceed the following technical specifications: 1. The CPC shall be able to measure particles with diameters less than or equal to 10 nm. 2. The CPC's maximum particle concentration shall be greater than or equal to 100,000 particles/cc to allow for measurement of most indoor particle source peak concentrations. 3. The CPC shall be powered by battery. 4. The CPC with batteries shall weigh less than 2 kg. Proposal Evaluation: The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. 1. Award will be made on a best-value basis. Strongest consideration shall be given to the Offerors whose quote exceeds the technical specifications. 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. 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 which 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 proven ability in experimental studies using their system. Information on past experience may be obtained from references and/or site visits. Inspection and Acceptance Criteria 1. Physical inspection at NIST laboratory for adherence to specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. 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. Gaithersburg, MD 20899-0001. 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. 52.225-1 Buy American Act 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. The following clauses apply to this acquisition: 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: 52.210-6 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 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 19, 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
SN01065674-W 20060610/060608221848 (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.