Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

66 -- High Purity Gas Compressor

Notice Date
8/23/2006
 
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
068463318
 
Response Due
8/30/2006
 
Archive Date
9/14/2006
 
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 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 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested quoters may submit a quote. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency?s requirement. LINE ITEM 0001: The National Institute of Standards and Technology (NIST), has a requirement for a High Purity Gas Compressor, Fluitron, Inc. Model Number S1-35 High Purity Gas Compressor, or equivalent, meeting all of the following required salient characteristics. 1. Compressor must be compatible with a process gas of isotopically pure Helium 4. Compression system must be designed so that no contamination of process gas will occur. The system must have one or more sensors which will detect system integrity failures which could lead to contamination of the process gas and provide an electronic output signal of such an event. 2. Compressor must operate at a suction pressure between 0 and 44 pounds per square inch absolute. 3. Discharge pressure must be at least 500 pounds per square inch absolute. 4. Flow rate must be at least 9 liters/minute at 44 pounds per square inch suction pressure and a suction temperature between 5 and 35 degrees Celsius. 5. Compressor must be water cooled. Connections must be provided for in-house chilled water. 6. Power must be 115 volts single phase 60 Hertz. 7. Must have all metal process seals. 8. Construction and testing must minimize exposure to natural Helium. The Contractor shall state the warranty coverage provided for the equipment. Please submit all questions in writing to: andrew.perry@nist.gov 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 will be made to the Contractor whose quote offers the best value to the Government, all factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical Capability and Past Performance when combined are equal in importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Past Performance and price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability evaluation factor. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated above and meets the needs of the Government in essentially the same manner as the brand name. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b) (10) and/or the offeror?s recent and relevant procurement history with NIST or its affiliates. Offerors shall provide a list of at least 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 the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.225-2 Buy American Act Certificate. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 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; (18) Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (23) 52.225-1 Buy American Act?Supplies; (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 all technical evaluation criteria, 2) A Description of the commercial warranty; and 3) one copy of the most recent published price list. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrew Perry, 100 Bureau Drive, Stop 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 30, 2006. E-MAIL QUOTES WILL BE ACCEPTED, however, must include all required information. Fax quotes shall not be accepted.
 
Place of Performance
Address: Contractor's Site
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01123059-W 20060825/060823220342 (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.