Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOURCES SOUGHT

66 -- SENSOR MOUNTING FRAME

Notice Date
9/14/2010
 
Notice Type
Sources Sought
 
NAICS
238390 — Other Building Finishing Contractors
 
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
NB861060-A-06659
 
Archive Date
10/2/2010
 
Point of Contact
Janice M Moten, Phone: (301)975-6307
 
E-Mail Address
Janice.Moten@nist.gov
(Janice.Moten@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institute of Standards and Technology has a requirement for a SENSOR MOUNTING FRAME to be used in the Building Fire and Research Laboratory (BFRL) at NIST, Gaithersburg, Maryland The contractor shall furnish one (1) sensor mounting frame installed in the IACJS testbed. System is to include the frame, equipment mounting accessories, manuals, drawings, maintenance tool kit (if specialized tools are required), and applicable warranties. ***BACKGROUND The National Institute of Standards and Technology is seeking to purchase an elevated SENSOR MOUNTING FRAME that is capable of securely supporting multiple sensors and miscellaneous equipment and that provides easy re-adjustment of sensor locations. The SENSOR MOUNTING FRAME will need to be elevated around a lab perimeter with approximate dimensions of 16 m (length) x 15 m (width) by 7 m (height). The FRAME will form a continuous closed loop around the lab perimeter and will be self-supporting. Sensors placed on the FRAME will be part of a larger Sensor Network used to support experiments in the Intelligent and Automated Construction Job Site (IACJS) testbed. Therefore, the FRAME must form a rigid support structure in order to minimize vibrations and deflections. ***All interested Offerors shall provide a quote for the following line item(s): LINE ITEM 0001: The Contractor shall furnish one (1) SENSOR MOUNTING FRAME installed in the IACJS testbed. System is to include the frame, equipment mounting accessories, manuals, drawings, maintenance tool kit (if specialized tools are required), and applicable warranties. *** The system shall meet or exceed the following technical specifications: Offerors MUST meet or exceed each specification requirement listed below except where "preferred" specifications are noted. Offerors are advised to address each mandatory specification requirement in detail, indicating how the product offered meets the specification. Please follow the same list format as set out below as this will enable the evaluators to clearly identify the aspects that are being discussed in your responses. A CAD model of the IACJS testbed is available for reference purposes - no guarantee of accuracy is provided. It is the contractor who is responsible for measuring all critical dimensions onsite in order to insure that the frame will fit the given space properly and not interfere with existing equipment or critical maintenance points. No demonstration models, used or refurbished systems will be considered. MINIMUM TECHNICAL SPECIFICATIONS 1. UNIFORMLY DISTRIBUTED LOAD: 100 kg/m. 2. CENTER POINT LOAD: 50 kg. 3. MAXIMUM DEFLECTION: 20 mm. Preference will be given to Vendors who can achieve a lower level of deflection 4. Durable, matt black finish 5. The frame must be free standing 6. VERTICAL DROPS: Offeror will provide at least 10 movable assemblies that provide vertical mounting points for sensors below the 7 m elevation perimeter. The vertical drops must have a minimum length of 4 m and must be capable of supporting at least 50 kg each. *** Installation/Training/Warranty 1. The contractor shall schedule and facilitate installation/set-up. A government furnished 20 ton overhead gantry crane is available for use by the contractor, but proof of current overhead crane certification must be provided by the contractor. The contractor shall provide proof of insurance. The contractor shall provide (1) training session for up to four (4) technicians at NIST. The contractor shall provide two (2) complete sets of operating manuals (electronic format and hard copy) for all components of the delivered system. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed no later than 6 months after delivery. 2. The Contractor shall provide a minimum of one (1) year of warranty in the quotation. In addition to manufacturer defects and other provisions and limitations stated in the Contractor's warranty, the warranty shall include unlimited technical support and unlimited software updates (if applicable) during the warranty period. During this warranty period, the Contractor will be responsible for the costs and arrangements for maintenance covered under the warranty.*** *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to specifications. 2. Performance check at NIST will be to conducted in order to demonstrate that the System meets or exceed the minimum technical specifications listed herein. The tests will be performed as soon as the instrument is installed and ready, as determined by the contractor, and may be witnessed by the contractor. **Delivery shall be FOB DESTINATION. *** ***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. *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, and 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) Price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB861060-A-06659/listing.html)
 
Place of Performance
Address: 301-B149, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02281144-W 20100916/100914235901-5dea3a7a306f71db59deccf24ab94208 (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.