Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2012 FBO #3696
SOLICITATION NOTICE

66 -- CORIOLIS MASS FLOW METERS AND TRANSMITTERS

Notice Date
1/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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
NB685020-12-00930
 
Archive Date
1/31/2012
 
Point of Contact
Prateema E. Carvajal, Phone: 301-975-4390, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
prateema.carvajal@nist.gov, todd.hill@nist.gov
(prateema.carvajal@nist.gov, todd.hill@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 SHALL NOT BE ISSUED. THE 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) 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractor's may submit a quote. Quoters shall submit all questions concerning this solicitation in writing to Prateema.carvajal@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions shall be made in writing, without identification of the questioner, and shall be included in an amendment to the solicitation All responsible quoters shall provide a quotation for the following line item. LINE ITEM 0001: Quantity: Three (3) each, Coriolis Mass Flow Meters and Transmitters The Contractor shall meet the following minimum specifications: Meter /Transmitter 1, Quantity 1 Specifications for a coriolis mass flow meter and transmitter, 5 to 50 L/min: 1. The flow meter shall use a coriolis flow measurement method. 2. The flow meter and transmitter shall output flow and density signals. 3. The flow meter shall measure water flows between 2 and 50 L/min with pressure drop of 12 psi or less. 4. The flow meter shall measure flow between 5 and 50 L/min with uncertainty of 0.1% or better. 5. The flow meter shall have flow repeatability of 0.05% or better. 6. The meter shall measure density with uncertainty of 0.0005 g/cm3 or better. 7. The meter shall have process temperature sensitivity of 0.0002% of the maximum flow per degree C. 8. Materials in contact with liquid shall be 316 stainless steel. 9. The flow meter shall have zero stability of 0.163 kg/h or better. 10. The flow meter shall have a response time of <0.5 seconds. 11. The flow meter shall have Swagelok size 12 VCO inlet and outlet connections. 12. The flow meter shall have a 4 to 20 mA and frequency (pulse) outputs. Meter /Transmitter 2, Quantity 1 Specifications for a coriolis mass flow meter and transmitter, 10 to 220 L/min: 1. The flow meter shall use a coriolis flow measurement method. 2. The flow meter and transmitter shall output flow and density signals. 3. The flow meter shall measure water flows between 10 and 220 L/min with pressure drop of 12 psi or less. 4. The flow meter shall measure flow between 10 and 220 L/min with uncertainty of 0.1% or better. 5. The flow meter shall have flow repeatability of 0.05% or better. 6. The meter shall measure density with uncertainty of 0.0005 g/cm3 or better. 7. The meter shall have process temperature sensitivity of 0.0002% of the maximum flow per degree C. 8. Materials in contact with liquid shall be 316 stainless steel. 9. The flow meter shall have zero stability of 0.68 kg/h or better. 10. The flow meter shall have a response time of <0.5 seconds. 11. The flow meter shall have 1 inch sanitary fitting inlet and outlet connections. 12. The flow meter shall have a 4 to 20 mA and frequency (pulse) outputs. Meter /Transmitter 3, Quantity 1 Specifications for a coriolis mass flow meter and transmitter, 25 to 650 L/min: 1. The flow meter shall use a coriolis flow measurement method. 2. The flow meter and transmitter shall output flow and density signals. 3. The flow meter shall measure water flows between 25 and 650 L/min with pressure drop of 12 psi or less. 4. The flow meter shall measure flow between 25 and 650 L/min with uncertainty of 0.1% or better. 5. The flow meter shall have flow repeatability of 0.05% or better. 6. The meter shall measure density with uncertainty of 0.0005 g/cm3 or better. 7. The meter shall have process temperature sensitivity of 0.0005% of the maximum flow per degree C. 8. Materials in contact with liquid shall be 316 stainless steel. 9. The flow meter shall have zero stability of 2.18 kg/h or better. 10. The flow meter shall have a response time of <0.5 seconds. 11. The flow meter shall have 2 inch sanitary fitting inlet and outlet connections. 12. The flow meter shall have a 4 to 20 mA and frequency (pulse) outputs. Delivery terms shall be FOB Destination. The contractor shall deliver all line items to NIST, Building 301, Gaithersburg, MD 20899. Evaluation will be based on the following criteria: 1) Technical capability factor "meeting or exceeding the requirement" and 2) Price. Award will be made to the lowest price, technically acceptable quote. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price: Quoted price shall be evaluated for reasonableness. 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: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-28, Post-Award Small Business Program Re-Representation; 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; 52.223-18, Contractor policy to ban text messaging while driving; 52.225-3, Buy America Act-Free Trade Agreements 52.225-3, (ii) Alternate I (Jan 2004) 52.225-13 Restriction on Certain Foreign Purchases; 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) An original and one (1) copy of the most recent published price list(s); 4) Country of Origin information for the line item. Acceptance of terms and conditions (addendum to FAR 52.212-1(b)(11): This is a 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 shall 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 shall accept the quoted price. However, the terms and conditions stated herein shall 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 12:00 PM, EST, on January 16, 2012 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: Prateema Carvajal. Fax quotations shall not be accepted. Email quotations shall be accepted at Prateema.carvajal@nist.gov. Offeror's quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. 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 24-hour (excluding weekends and holidays) prior notice shall be provided to Prateema Carvajal, 301-975-4390.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB685020-12-00930/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02649751-W 20120107/120105235200-e8ff8c63c6c7b74d11aab0adedba640a (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.