Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2008 FBO #2406
SOLICITATION NOTICE

66 -- Brand Name Only: Edwards Vacuum Turbopump Station with Dry Backing Pumps for Disc Chopper Spectrometer

Notice Date
6/26/2008
 
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-0387
 
Archive Date
7/26/2008
 
Point of Contact
Paula A. Wilkison,, Phone: 301-975-8448, Patrick K Staines,, Phone: (301)975-6335
 
E-Mail Address
paula.wilkison@nist.gov, patrick.staines@nist.gov
 
Small Business Set-Aside
N/A
 
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 (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. However, this is a full and open competition, and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Edwards Vacuum Turbopump Station with Dry Backing Pumps for Disc Chopper Spectrometer *** Brand Name Only Justification: The NIST Center for Neutron Research requires an Edwards Vacuum turbopump station with dry backing pumps for its Disc Chopper Spectrometer. NIST currently employs approximately 60 of the Edwards Vacuum units in the NCNR Labs. The current design represents a unique design effort between BOC Edwards and NIST. One of the significant features resulting from this collaborative design effort is a relay box, which is a unique safety feature that protects not only the operator, but the system itself and any equipment to which it may be connected. These turbopump stations are now the standardized equipment in the NCNR labs due to these unique features, their proven design, reliability and user interface. NIST has a substantial investment in replacement parts for these systems in its maintenance inventory, as well as significant monies for the specialized training of its scientific and technical staff in the use and maintenance of this equipment. NIST cites FAR 6.302-1(a)(ii)(A) and (B) (see excerpt below) as primary rationale for Brand Name Only Determination. (ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in -- (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition, or (B) Unacceptable delays in fulfilling the agency’s requirements. (See 10 U.S.C. 2304(d)(1)(B) or 41 U.S.C. 253 (d)(1)(B).) ***Line item 0001 is a BRAND NAME ONLY requirement.*** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Edwards Vacuum Turbopump Station with Dry Backing Pumps for Disc Chopper Spectrometer. The Turbopump Station with Dry Backing Pumps for Disc Chopper Spectrometer shall consist of the following components: 1.Quantity Four (4) B72241000 Edwards EXT75DX Turbomolecular pumps with integrated drive electronics. 2.Quantity Four (4) D39421000 Edwards TIC turbo and instrument controllers 100W. 3.Quantity Four (4) D39721806 Edwards TIC relay boxes inst. & sml. bkg. 4.Quantity Four (4) D39700833 Edwards TIC logic interface cables 2m. 5.Quantity Four (4) A72601906 BOC Edwards Model XDS-10 dry scroll pumps. 6.Quantity Four (4) C41752200 LCPV25EKA solenoid pipeline valves aluminum 24V AD/DC. 7.Quantity Four (4) D02371000 APGX-M-NW16-AL active linear Pirani gauges. 8.Quantity Four (4) C41203000 PV16EKA solenoid pipeline valves 110. 9.Quantity Four (4) D40001030 3M cable assemblies for active gauges 8 way FCC68 compatible plug at both ends. 10.Quantity Four (4) B58053075 ACX75 air cooling kits compatible with the EXT75DX, EXT70 and EXT70H turbo pumps. These components are to be shipped to NIST unassembled. Assembly of these components is NOT requested of the Contractor. OPTION LINE ITEMS: The following items are option line items. The Contractor shall provide pricing for these items. Prices quoted shall be effective for a period of one year from the date of award. Award of option line items is at the sole discretion of the Government in accordance with 52.217-7. Option Line Item 0002: Quantity Three (3) BOC Edwards Model XDS-5 dry scroll pumps. Option Line Item 0003: Quantity Two (2) BOC Edwards Model XDS-5 dry scroll pumps. Option Line Item 0004: Quantity Two (2) BOC Edwards Model XDS-5 dry scroll pumps. Option Line Item 0005: Quantity Three (3) BOC Edwards Model XDS-10 dry scroll pumps. Option Line Item 0006: Quantity Two (2) BOC Edwards Model XDS-10 dry scroll pumps. Option Line Item 0007: Quantity Two (2) BOC Edwards Model XDS-10 dry scroll pumps. Option Line Item 0008: Quantity Three (3) BOC Edwards Model XDS-35i dry scroll pumps. Option Line Item 0009: Quantity Two (2) BOC Edwards Model XDS-35i dry scroll pumps. Option Line Item 0010: Quantity One (1) BOC Edwards Model XDS-35i dry scroll pump. Option Line Item 0011: Quantity One (1) BOC Edwards Model XDS-35i dry scroll pump. Option Line Item 0012: Quantity Four (4) B72241000 Edwards EXT75DX Turbomolecular pumps with integrated drive electronics. Option Line Item 0013: Quantity Four (4) D39421000 Edwards TIC turbo and instrument controllers 100W. Option Line Item 0014: Quantity Four (4) D39721806 Edwards TIC relay boxes inst. & sml. bkg. Option Line Item 0015: Quantity Four (4) D39700833 Edwards TIC logic interface cables 2m. Option Line Item 0016: Quantity Four (4) A72601906 BOC Edwards Model XDS-10 dry scroll pumps. Option Line Item 0017: Quantity Four (4) C41752200 LCPV25EKA solenoid pipeline valves aluminum 24V AD/DC. Option Line Item 0018: Quantity Four (4) D02371000 APGX-M-NW16-AL active linear Pirani gauges. Option Line Item 0019: Quantity Four (4) C41203000 PV16EKA solenoid pipeline valves 110. Option Line Item 0020: Quantity Four (4) D40001030 3M cable assemblies for active gauges 8 way FCC68 compatible plug at both ends. Option Line Item 0021: Quantity Four (4) B58053075 ACX75 air cooling kits compatible with the EXT75DX, EXT70 and EXT70H turbo pump. 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. 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: Evaluation of Technical Capability will 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 salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name. 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: 1.52.212-4 Contract Terms and Conditions—Commercial Items; 2.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: a.52.222-3 Convict Labor b.52.222-19 Child Labor – Cooperation With Authorities And Remedies c.52.222-21 Prohibition of Segregated Facilities d.52.222-26 Equal Opportunity e.52.222-36 Affirmative Action for Workers with Disabilities f.52.222-50 Combating Trafficking in Persons g.52.225-3 Buy American Act- Free Trade Agreement – Israeli Trade Act h.52.225-13 Restriction on Certain Foreign Purchases, and i.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; 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; 6) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula A. Wilkison, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** *** 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) *** ***Submission shall be received not later than 3:00 p.m. local time on July 11, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Paula Wilkison. Because of heightened security, FedEx, 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, Building, 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-U.S. 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. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Paula Wilkison) @ paula.wilkison@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=45259c82fcf2832ff1577b69ba91bf33&tab=core&_cview=1)
 
Place of Performance
Address: 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01602021-W 20080628/080626221052-45259c82fcf2832ff1577b69ba91bf33 (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.