SOLICITATION NOTICE
66 -- Turbomolecular Pump System
- Notice Date
- 6/30/2006
- 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
- SB1341-06-Q-0497
- Response Due
- 7/11/2006
- Point of Contact
- Lynda Roark, Purchasing Agent, Phone 301-975-3725, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
- E-Mail Address
-
lynda.roark@nist.gov, carol.wood@nist.gov
- Description
- 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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 06-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516. This acquisition being procured using full and open competition. The National Institute of Standards and Technology (NIST) has a requirement for one (1) Turbomolecular Pump System. New Equipment Only. LINE ITEM 0001: Quantity one (1) each Turbomolecular Pump System meeting all of the following required specifications: 1. The nominal pumping speeds for Nitrogren shall be 690 Liters per second; Helium shall be 620 Liters per second; Hydrogen shall be 510 Liters per second; 2. The nominal compression ratios for Nitrogen shall be 1 billion; Helium shall be 10 million; Hydrogen shall be 1 million; 3. The turbo pump must be able to operate with a foreline pressure as high as 1mbar with no degradation of the compression ratios; 4. The minimum base pressure shall be .0000000001 mbar; 5. The inlet flange diameter must be 200 mm; 6. The foreline flange diameter must be NW25 or larger; 7. The pump must be operable and capable of mounting in any direction; 8. The pump cooling process must be done with forced air convection; 9. The pump must be bakeable to 120 degrees Celsius at the inlet flange. All accessories and cables must be inclusive for baking the pump body; 10. The pump must have an inlet screen; 11. The vent flange size must be NW10; LINE ITEM 0002: Quantity one (1) each Pump Controller meeting all of the following required specifications: 1. The pump controller must be mountable in a standard 19 inch instrument rack; 2. The pump shall operate on 120V, single phase, 60 Hz AC power; 3. The pump controller shall incorporate all facilities for the automatic operation of the pump including remote start/stop, pump status, forepump start/stop, and interlock control (pressure switch) through auxiliary connectors; 4. The pump controller shall have an alphanumeric front panel display that indicates all of the operating conditions/parameters of the turbo pump; 5. The pump controller must have an RS-232 remote communications port; 6. All electrical cabling for operation of the turbo pump, including a mains cable with a NEMA plug at least 3 meters long and cables needed from the controller pump shall be provided by the vendor; 7. The contractor shall provide a minimum of a 1 year warranty; Delivery 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 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. Award shall be made to the quoter who meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation and quotes the lowest price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. The full text of the FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provision applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items. The following clauses apply to this acquisition: 52.204-7 Central Contractors 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: (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 (19)52.222-36, Affirmative Action for Workers w/Disabilities (23)52.225-1, Buy American Act-Supplies (26)52.225-13, Restrictions on Certain Foreign Purchases (31)52.232-33, Payment by Electronic Fund 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. 2). Two (2) originals of technical description and/or product literature; All quotes must be sent to the National Institutes of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:00 pm est on Tuesday July 11, 2006. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-JUL-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-06-Q-0497/listing.html)
- Place of Performance
- Address: 100 BUREAU DRIVE, MS 1640 GAITHERSBURG, MD
- Zip Code: 20899
- Country: US
- Zip Code: 20899
- Record
- SN01100152-F 20060729/060727224813 (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 |