Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2006 FBO #1686
SOLICITATION NOTICE

66 -- High Energy Grinding Unit

Notice Date
7/7/2006
 
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
SB1341-06-Q-0471
 
Response Due
7/21/2006
 
Archive Date
8/5/2006
 
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. 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) 2005-11.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) High Energy Grinding Unit. ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) High Energy Grinding Unit, which shall meet or exceed the following required specifications: 1)System must be capable of grinding 5 liters of metal powder per day producing a grain size to be determined by X-ray diffraction and high resolution SEM microscopy to be uniformly less than 100 nano meters (measurements shall be made by X-Ray diffraction analysis); 2) Milling and grinding system must be designed to produce nano crystalline and amorphous structures via high energy milling; 3) Entire grinding-milling unit must be vacuum tight to 1 by 10( minus 5) torr; 4) System must have access ports and valves for gas (argon or nitrogen) purging; 5) System must have a sampling port and canister for collecting random samples during processing without opening system to air; 6) System must have the ability to charge under vacuum or inert gas; 7) System must have software and sensors included for computer control and monitoring entire processing run; 8) A minimum velocity greater than 10 meters per second of all media in grinding/milling chamber is required to insure uniform mechanical alloying of all milled powders; 9) Grinding chamber must have built in cooling capability to eliminate temperature rise during processing; 10) System must have controlled processing under cylic operation to avoid agglomeration; 11) System must have the capability to process powders at an over pressure of milling chamber up to 4 atmospheres; 12) System must have batch, semi-continuous and auto-batch mode capability at automatic loading and unloading of powder material; 13) Processing chambers must have quick change capability (the ability to replace one mill with a replacement mill) with in the milling chamber; 14) All interior wetted surfaces of the milling chamber must be 304 SS, 316L SS or 440C SS or equivalent. Line item #0002: Installation: The Contractor shall provide installation for the high energy grinding unit. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, system check for manufacturing defects and any damage during shipment. After initial setup, the installer must test and demonstrate all equipment. Installation shall be completed not later than 2-4 weeks after receipt of system. Installation charges shall be included with quotation for product. ***The Contractor shall state the warranty coverage provided for the instrumentation. *** ***Delivery shall be completed not later than 12 weeks after receipt of an order. Delivery terms 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance, past experience & price shall be considered. 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 shall be of equal importance to price. If Technical Capability, Past Performance, and Past Experience are equivalent, price shall be the determining factor. Technical Capability Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. Past Experience The Contractor shall describe their past experience performing similar work, explain how their experience is relevant to this project and how their experience will ensure successful completion of the project. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** 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; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (13) 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; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37 Employment Reports on Special Disabled Veterans; (24) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; (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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001 and 0002; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) A list of 3 references that lists the references name, contact person, phone number, and e-mail address and 6) A description of your experience in this particular field. ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrea G. Parekh, Building 301, Room B158, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received not later than 3:00 p.m. local time on July 21, 2006. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES ARE ACCEPTABLE. ***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01084260-W 20060709/060707220458 (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.