SOLICITATION NOTICE
66 -- Clean Room Optical Table
- Notice Date
- 8/16/2006
- 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-0660
- Response Due
- 8/23/2006
- Archive Date
- 9/7/2006
- Small Business Set-Aside
- Total Small Business
- 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 05-12. The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. The acquisition is 100% set-aside for small business. The National Institute of Standards and Technology (NIST) has a requirement for one (1) Clean Room Optical Table with vibration control and one (1) set of four (4) Isolator Legs. LINE ITEM 0001: Quantity one (1) each Clean Room Optical Table meeting all of the following required specifications: 1. All components and assembly must be class 100 cleanroom compatible; 2. Dimensions must be 4 ft x 6 ft x 18 in (thick); 3. Must have honey comb internal structure; 4. Must have tuned internal damping; 5. Must have 3/16 inch thick ferromagnetic stainless steel top covered with 1/4-20 tapped holes on 25.4 mm centers; 6. Must have corrosion-proof sealed mounting holes; 7. Must have a maximum relative motion value less than 100 picometers; 8. Maximum deflection under load must be less than 2 micrometers; 9. No table resonances below 100 Hz. LINE ITEM 0002: Quantity one (1) set of four (4) Isolator Legs meeting all of the following required specifications: 1. Must be pneumatic isolators; 2. Height must be 16 inches; 3. Must be in a set of four (4); 4. Must have vertical and horizontal isolation with damping; 5. Must have laminar flow damping; 6. Must be self leveling; 7. Must have less than 1.2 Hz vertical resonance; 8. Must have less than 1.5 Hz lateral resonance; 9. Must have less than 5x amplification at resonance; 10. Must have smooth fall off (no transmission peaks) from resonance to a minimum frequency of 30 Hz (both horizontal and vertical); 11. Vertical transmissibility must be negative 60 dB or less at 30 Hz (full load); 12. Horizontal transmissibility must be negative 40 dB or less at 30 Hz; 13. Must have settling time 2 seconds or less; 14. Maximum air pressure of 6 kg/cm2 (85 psi) or less; 15. Maximum load capacity must be 220 lbs to 2,000 lbs; 16. Must have a minimum 2 year warranty on all parts and labor. 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 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. Delivery shall be completed in accordance with the contractor?s commercial schedule. Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance, past experience, and price will be considered. The Government will evaluate information based on the following evaluation criteria: 1). Technical Capability factor "Meeting the Requirement," 2). Past Performance, 3). Past Experience, and 4). Price. Technical capability, past performance and past experience, when combined to price, are equivalent. Evaluation of Technical Capability will 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 the required minimum specifications identified herein. 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. Past experience shall be evaluated to determine the degree of the Contractor?s experience in providing the same or similar equipment. The contractor shall provide documentation which demonstrates that they have a minimum of 3 years experience providing the same or similar equipment. If technical capability, past performance, and past experience are equivalent, price shall be the determining factor. 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; (24)52.225-2, Buy American Certificate 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: (5) 52.219-6, Notice of Total Small Business Set-Aside (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 with 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 all line items. 2). Two (2) originals of technical description and/or product literature. 3). Three (3) references to whom the same or similar equipment has been provided. 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 telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. 4). The contractor shall provide documentation which demonstrates that they have a minimum of 3 years experience providing the same or similar equipment. All quotes must be sent to the National Institute 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 3:30 p.m. local time on August 23, 2006. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: 100 BUREAU DRIVE, MS 1640, GAITHERSBURG, MD
- Zip Code: 20899
- Country: UNITED STATES
- Zip Code: 20899
- Record
- SN01116441-W 20060818/060816220458 (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 |