Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2009 FBO #2829
SOLICITATION NOTICE

66 -- Adixen Water-cooled Dry Pump #A100LI

Notice Date
8/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment 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
SB1341-09-RQ-0431
 
Archive Date
9/20/2009
 
Point of Contact
Charles Koehler,
 
E-Mail Address
charles.koehler@nist.gov
(charles.koehler@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. 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) 2005-36, effective August 11, 2009. The associated North American Industrial Classification System (NAICS) code for this procurement is 333911 with a small business size standard of 500 employees. This procurement is 100% set-aside for small business. The Center for Nanoscale Science and Technology (CNST) at the National Institute of Standards and Technology (NIST) exemplifies NIST's core mission to promote U.S. innovation and industrial competitiveness by advancing measurement science, standards, and technology in ways that enhance economic security and improve the quality of life. The CNST endeavors to provide science and industry with the necessary measurement methods, standards, and technology to facilitate the development and productive use of nanotechnology from discovery to production. The CNST requires a replacement pump for a NIST-owned dilution refrigerator (DR), manufactured by Janis Research (Janis). The DR is Janis Model #JDR-500-TLSUHV, NIST Property #633600. NIST requires that the pump be an Adixen Water-cooled Dry Pump Model #A100LI as it is the only dry pump that has been tested by Janis, the original manufacturer of the DR. Use of an alternative pump that has not been tested in a Janis DR can cause extreme harm to the instrument including, but not limited to: complete loss of 3He4He mixture gas; contamination of the mixture gas; clogging of the DR impedances; contamination of the still or mixing chambers; and pressure alarms faults. Repairing any or all of these scenarios would cost hundreds of thousands of dollars and lead to significant delays in reaching program goals. This is a BRAND NAME ONLY requirement. Only the brand name identified shall be accepted. All equipment must be new. Equipment that is used or refurbished shall not be considered for award. All interested Contractors shall provide a quotation for all of the following Line Items: Line Item 0001: Quantity one (1) each Adixen Water-cooled Dry Pump Model #A100LI, manufactured by Alcatel Vacuum Technology. Line Item 0002: Quantity three (3) each NTP (Normal Temperature and Pressure) liters high purity He-3 gas. DELIVERY Delivery shall be completed in accordance with the Contractor's commercial schedule. Delivery terms shall be FOB Destination. All equipment shall be delivered to NIST, ATTN: Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD, 20899. 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. FINAL ACCEPTANCE Final acceptance shall be provided and payment in full shall be made upon receipt and acceptance of Line Items 0001 and 0002. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made on a technically acceptable/low price basis. Technically acceptable means that all line items are identical to those required by this solicitation. Of the technically acceptable quotations, price shall be the determining factor. REQUIRED SUBMISSIONS All quoters shall submit the following: a) An original and one (1) copy of a quotation which addresses all Line Items; b) An original and one (1) copy of the technical description and/or product literature; c) Description of commercial warranty; d) Country of origin for Line Items 0001 and 0002; e) 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; and f) In accordance with Federal Acquisition Regulation (FAR) clause 52.204-7, the successful quoter must be registered in the Central Contractor Registration (CCR) prior to award. Reference www.ccr.gov for details. Refusal to register shall forfeit award of a purchase order. Submission must be received not later than 12:00 PM ET on September 5, 2009. All quotations and questions shall be sent to the attention of Charles Koehler by E-mail at charles.koehler@nist.gov. Mailed, faxed, couriered and verbal quotations and questions shall not be considered. PROVISIONS AND CLAUSES The following provisions apply to this acquisition: a) 52.212-1 - Instructions to Offerors-Commercial Items; and b) 52.212-3 - Offerors Representations and Certifications, Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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: 52.219-6 - Notice of Total Small Business Set-aside; 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; 52.225-1 - Buy American Act-Supplies; 52.225-13 - Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration and 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0431/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01921900-W 20090823/090822003048-18e8afc67c79ad37f3f9c0c5983ad7c7 (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.