Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

66 -- Quadruple Mass Spectrometer

Notice Date
7/18/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0277
 
Response Due
8/2/2007
 
Archive Date
8/17/2007
 
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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. 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) 2005-17. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for a Quadruple Mass Spectrometer to be used in the Process Measurements Division at NIST, Gaithersburg, MD. *** Line Item 0001: Quantity One (1) Each, Quadruple Mass Spectrometer which shall meet or exceed all of the following required specifications: ? 2-500 atomic mass unit (amu) range with 1 amu resolution; ? closed ionization source with adjustable electron energy; ? backing pump for turbo pump; ? turbo pump with minimum pumping speed of 30 L/s; ? computer communication via RS232 or GPIB; ? operating software compatible with Microsoft Windows XP LINE ITEM 0002: INSTALLATION. The Contractor shall provide installation for the spectrometer. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications, and removal of all trash. LINE ITEM 0003: TRAINING. The Contractor shall schedule and facilitate training for NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. The training may be completed on-site at NIST immediately after installation and demonstration of specifications. WARRANTY: The Contractor shall state the warranty coverage provided for the spectrometer. The Contractor shall warrant the spectrometer for a period of one (1) year from the date of acceptance by the Government. PLEASE PROVIDE A DESCRIPTION OF THE WARRANTY PROVIDED FOR THIS EQUIPMENT. PLEASE INCLUDE THE FOLLOWING DETAILS: 1. LENGTH OF WARRANTY. 2. WHAT IS INCLUDED? (PARTS, LABOR) 3. IS THE WARRANTY ON-SITE OR RETURN TO VENDOR? IF ON-SITE - IS TRAVEL INCLUDED? IF RETURN TO VENDOR - IS SHIPPING TO AND FROM NIST INCLUDED? NIST currently has parts from a used quadruple mass spectrometer system which are available to the vendor in exchange for trade-in credit or for incorporation into the new spectrometer. The available parts are listed below. Most or all of the parts were constructed in the mid 1980s. If the Contractor chooses to use the parts supplied by NIST, the Contractor must state the warranty period. SITE VISIT A site visit shall be conducted for this procurement. The site visit will allow potential Offerors to examine the available parts. The site visit shall be conducted on Wednesday, July 25, 2007, at 10:00:00AM EST. Attendees shall convene at NIST in Building 202, Room 221 100 Bureau Drive, Gaithersburg, Maryland. Potential Offerors are strongly encouraged but not required to attend site visit. In no event shall failure to inspect the parts constitute grounds for a claim after award. Site Visit Requirements: To better facilitate the site visit, it is required that all technical questions be submitted in writing to Jennifer Lohmeier, Contract Specialist, via e-mail or fax no later than 3:30:00PM EST on July 23, 2007. Security Requirements: Because of heightened security, Offerors who are planning to attend the site visit shall e-mail their intention to attend to Jennifer Lohmeier at jennifer.lohmeier@nist.gov, not later than 3:30:00PM EST on July 23, 2007, with the following information: 1) Company name 2) Names of all individuals attending the site visit 3) Country of Citizenship of all individuals attending the site visit. **For non-US Citizens, the following additional information will be required: 1) Title 2) Employer/Sponsor 3) Address Failure to register will result in individuals being denied access to NIST, and subsequently, the site visit. It is the sole responsibility of each Offeror to register for the site visit. Offerors must pick up a Visitor's Badge at the Visitor's Registration Center located at the Main Gate (Gate A, off Bureau Drive) Please ensure all individuals bring photo identification or they will be denied access to the facility. Parts Available for Use in the New Spectrometer or for Trade-in Credit Spectrometer hardware and electronics Mass filter & detector on 8 inches CF flange; Manufacturer: Extranuclear (now Extrel) Axial ionizer mounted between (2) 8 inches CF; Extranuclear Spectrometer control electronics; Extranuclear 6650 1.2 MHz RF power supply; Extranuclear 150 QC DC power supplies; Extranuclear STAINLESS STEEL VACUUM HARDWARE Chamber with (2) 8 inches CF, (3) 6 inches CF, (2) 2.75 inches CF Elbow, (2) 8 inches CF Nipple, 16 cm with (2) 8 inches CF Tee, (2) 8 inches CF + (1) 6 inches CF 6 inches CF viewport side-mounted on 38 cm nipple with 8 inches CF and 6 inches CF Nipple, 27 cm with (2) 6 inches CF Edge-welded bellows, 20 cm with (2) 6 inches CF PUMPS AND CONTROLLERS Turbo pump (nominal 145 L/s, spins freely); Leybold-Heraeus Turbovac 150 Turbo pump (nominal 345 L/s, spins freely); Leybold-Heraeus Turbovac 360 Turbo pump controller (36755 hours) ; Leybold-Heraeus Turbotronic 150/360 Turbo pump controller (36755 hours) ; Leybold-Heraeus Turbotronic 150/360 Ion gauge controller; Granville-Phillips 03 Ion gauge controller; Granville-Phillips 03 **** Award will be made to the Contractor whose quote offers the best value to the Government, technical, price, and other 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, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are equal to price. In determining best value, strongest consideration will be given to the Contractor whose quote offers one or more of the following desired features: ? ionization energy adjustable to as low as 10 eV ? chemical ionization ? 200 Degrees C heated capillary sampling system for 10-1000 mbar ? chemically resistant or dry backing pump ? turbo pump with pumping speed greater than 30 L/s ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meets or exceeds the specifications stated under Line Item 0001. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. ***Past Experience shall be evaluated to determine the extent of the Contractor's experience in manufacturing the same or similar equipment. The contractor must demonstrate at least five (5) years of experience and knowledge in providing similar spectrometers. Evaluation of past experience may be based on contacts used for past performance; however, the Contractor must provide documentation regarding this. ***Delivery terms shall be FOB DESTINATION. Delivery, installation and training shall be completed not later than 120 days after receipt of order. *** ***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 20899-0001. *** 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: 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act w/ Alternate I; 52.225-13, Restriction on Certain Foreign Purchases; and 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 Contractors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. 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. Price quoted must include all applicable trade-in credit(s) for NIST-owned parts the contractor plans to assume. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The Offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The Offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) ***All quotes shall be received not later than 3:30:00 PM local time, on August 2, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Jennifer Lohmeier. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. Emailed quotes will be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01345227-W 20070720/070718220558 (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.