Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

43 -- Hydraulic Power Unit (HPU)

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
333996 — Fluid Power Pump and Motor 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-0696
 
Response Due
9/6/2006
 
Archive Date
9/21/2006
 
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) 2005-12.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 423830 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** ***The National Institute of Standards and Technology (NIST) has a required for the purchase of one (1) hydraulic power unit for the N.I.S.T. 1.33 MN (300 klbf) Dead Weight Machine to replace the existing unit.*** ***The hydraulic power unit must be a turnkey replacement for the existing hydraulic power unit (HPU) that has powered the weight manipulation system in the NIST Force Lab at the 1.33 MN deadweight machine (DWM) for over 40 years. The HPU must be designed and built to current hydraulic standards and to the requirements dictated by the remainder of the existing components that comprise the operational DWM. The HPU will power a vertical single-acting hydraulic piston ram/cylinder that incrementally lifts up to 300000 lbs of steel weights under manual or automated control. ***All interested Contractor?s shall provide a quote for the following: Line Item 0001: Quantity One (1) Hydraulic power unit for the existing 1.33 MN (300klbf) dead weight machine to replace the existing one, which shall meet or exceed the following specifications: (1) Meet all requirements of a turnkey system for the 1.33 MN DWM; (2) Be compatible with the DWM operating pressures of up to 1200 psi; (3) Be physically sized to fit through existing door frames of 36-inch width; (4) Be capable of operating with heavy-weight oil; (5) Be compatible with existing seals in the main lifting ram; (6) Retain cylinder return under gravity flow, with rate control; (7) Be compatible with existing manual and automated control systems; (8) Include owner-serviceable filters; (9) Be capable of controlling any oil leakage at ram piston rod end by allowing return to reservoir; (10) Show operating capability over temperature range of approximately 10-35 deg C Line Item 0002: Quantity One (1) Job, Remove the existing unit and install the new one Line Item 0003: Quantity One hundred ten (110) gallons of heavy weight hydraulic oil for Line Item 0001 ***Delivery shall be provided no 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** ***Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance & 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 and 3) Price. Technical capability and past performance shall be of greater importance to price. 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. The successful vendor is expected to demonstrate the ability to furnish a fully compatible, yet fully modernized replacement HPU. 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. The Contractor must include the references name, contact person, and contact information in the quotation.*** *** 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: (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; (20) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans; (24) 52.225-3, Buy American Act- Free Trade Agreement?Israeli trade Act, (ii) Alternate I; (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 all line items; 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 three (3) references which includes the contact?s name, phone number, and e-mail.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joni Laster, Building 301, Room B158, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received not later than 3:30 p.m. local time on September 6, 2006. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Joni Laster) @ joni.laster@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED, HOWEVER, ELECTRONIC (EMAILED) QUOTES WILL. ***
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, Maryland
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01127239-W 20060830/060828220239 (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.