SOLICITATION NOTICE
66 -- Vacuum Chamber and Pumping System for Precision Nanoindentation Platform (PNP)
- Notice Date
- 6/20/2008
- Notice Type
- Combined Synopsis/Solicitation
- 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, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-08-RQ-0382
- Archive Date
- 7/22/2008
- Point of Contact
- Jennifer Lohmeier, Phone: 301-975-8173, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
jennifer.lohmeier@nist.gov, todd.hill@nist.gov
- Small Business Set-Aside
- Total Small Business
- 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) 2005-26. *** 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 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for a Vacuum Chamber and Pumping System for Precision Nanoindentation Platform (PNP) to be used in the Ceramics Division at NIST, Gaithersburg, MD. *** ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001: Quantity One (1) Lot, Vacuum Chamber and Pumping System for Precision Nanoindentation Platform (PNP) consisting of a vacuum chamber, vacuum pumping station and related vacuum lines, valves and gauges, as specified below. Integration of all components, as well as on-site assembly and confirmation of specified base pressure, shall be provided by the Contractor. Contractor shall meet or exceed the following minimum required technical specifications: Chamber: 1. Stainless Steel box chamber with minimum internal dimensions 22”Wx22”Dx28”H. Aluminum door is acceptable. Chamber base pressure when clean, dry and empty shall be below 5x10-7 torr. Elastomer seals are acceptable – no bakeout capability is required. 2. Door (front) shall be the full dimensions of chamber front to allow easy access to entire chamber when open. The door shall contain a window, 4”x6” minimum size. 3. Pumpout shall be via ISO160 K-type port (minimum diameter) located on one side (left or right) of the chamber. 4. Additional ports shall include, at a minimum: a. A second ISO160 K-style port sealed with blank plate on the same side as the Pumpout port; b. A third ISO160 K-style port sealed with blank plate on the opposite side as the Pumpout port; c. A minimum of two smaller QF 40 ports sealed with blank plates on the opposite side as the Pumpout port; and d. A port supplied with a manual valve which will allow the chamber to vent to atmosphere. *** A chamber base will NOT be required for this requirement as one already exists in the laboratory. Pumping System: 1. The chamber shall be mated to a pumping station consisting of an oil-free mechanical pump and a turbomolecular pump with a minimum pumping rate of 200 liters/s and minimum inlet flange size of 6”. 2. The pumping line between the pumping station and the box chamber shall be the full 6”/ISO160 diameter and shall contain a section of flexible stainless steel bellows for vibration isolation of the pumping station from the chamber. The line shall also include an ISO160-K manual gate valve, mounted at the ISO160 chamber port. 3. The pumping system shall also include a direct connection between the roughing pump and the box chamber, with a shutoff valve, to permit the rough pumping of the chamber without stopping or venting the turbo pump. 4. There shall be a manual valve that permits the line between the turbomolecular pump and the mechanical backing pump to be vented to atmosphere. Vacuum gauges: The system shall include a minimum of three vacuum gauges with controllers: 1. A thermocouple gauge on the roughing line (for pressures down to 1x10-3 torr). 2. A thermocouple gauge on the box chamber (for pressures down to 1x10-3 torr). 3. A gauge on the box chamber capable of measuring pressures down to 1x10-7 torr or lower. The controller for the gauges shall have a digital display for local pressure monitoring and an analog signal output for remote monitoring. *** The Contractor shall state the warranty period and coverage provided. *** *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor. *** ****The Government will evaluate information 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 more important than Price. ****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) meet or exceed the specifications stated above. ****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. 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. ***Past Experience shall be evaluated to determine the extent of the Contractor's experience of at least five (5) years in and knowledge in providing similar instrumentation. System shall have previously demonstrated long term ruggedness, durability and consistency. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. To allow assessment, each quote must include appropriate documentation. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor’s commercial schedule. *** ***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: 52.212-4 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 w/ Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-3, Buy American Act – NAFTA w/ (ii) 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 vendors 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. 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All quotes shall be received not later than 3:30:00 PM local time, on July 7, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, 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. ***
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a0b64d8445f1cc409210691a362870f1&tab=core&_cview=1)
- Place of Performance
- Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland, 20899-0001, United States
- Zip Code: 20899-0001
- Zip Code: 20899-0001
- Record
- SN01598473-W 20080622/080620223517-a0b64d8445f1cc409210691a362870f1 (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 |