Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2012 FBO #3932
SOLICITATION NOTICE

66 -- Small Scale Automated Photovoltaic Module Laminator

Notice Date
8/28/2012
 
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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-12-RQ-0760
 
Archive Date
9/22/2012
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
joshua.holliday@nist.gov, chon.son@nist.gov
(joshua.holliday@nist.gov, chon.son@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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation. Background: The National Institute of Standards & Technology (NIST) requires a Small Scale Automated Photovoltaic Module Laminator designed for making small encapsulated photovoltaic laminates for research and technical purposes. This equipment is required in order to fabricate appropriately sized samples using a small amount of materials for the development of measurement science for degradation and lifetime prediction of PV polymers; which will ultimately lead to standard development for the US solar energy industry. All interested Contractors may provide a quote for the following: Line Item 0001: Quantity One (1) Small Scale Automated Photovoltaic Module Laminator, which shall meet or exceed the following minimum specifications: General Requirements: 1. The system shall product laminates with a maximum dimension of 600 mm x 600mm and a maximum thickness of 30 mm. 2. The system shall have fixed wiring of thermocouples within the vacuum chamber. 3. The system shall have an integrated working hour meter. 4. The system shall have water pipes to and from the vacuum chamber mounted and stress relieved. 5. The system shall have noise reduced vacuum pump. 6. The system shall have changeable clamps in the upper chamber for easy membrane changing. 7. The system shall be equipped with all safety devices according to UVV. 8. The system shall have proof of all legal compliance, specifically 89/392 EWG and EN 292. 9. The system shall have CE-conformity compliance mark mounted on all separate parts of equipment. 10. The system shall include the following spare parts: a. Electric Heater b. Thermocouple c. Silicon Membrane d. Fiber Glass Foils 11. All user documentation shall be in English. Heating System Requirements: 1. The system shall have an electrical heating system capable of reaching a range of 180°C - 250°C. 2. The heating plate area must be 610 mm x 610 mm or smaller. 3. The temperature distribution of the heating plate area during heat up and within steady state shall be within ± 2%. 4. The heat up and cool down rate shall be 7°C per min. 5. The temperature overflow shall be within ± 2%. 6. The heating plate material shall be aluminum with a thickness of 25 mm. 7. The useable distance between the heating plate area and upper chamber shall be 30 mm. Vacuum System Requirements: 1. The system shall have a noise reduced vacuum pump (40 m3/h) with a high resolution vacuum gauge. 2. The ultimate value of vacuum shall be lower than < 0.5 mbar. 3. The range for the controlled vacuum values within the lower chamber shall be from 0-1000 mbar. 4. The range for the controlled and programmable vacuum values within the upper chamber shall be from 0-1000 mbar. Control Unit Requirements: 1. The control unit shall have a manual operation of each single valve, control of heat up and cool down function over parameter temperature, automatic start of preselected working cycle with closing of upper chamber, and definition of pressure with switch and over time. 2. The control unit shall provide an alert if an operation has an error, such as incorrect temperature or pressure values as programmed. 3. The control unit shall have external temperature display with actual temperature and pressure display integrated into control console. External Chiller for Cooling System Requirements: 1. The external chiller for cooling system shall be integrated into the laminator. Warranty: The Contractor shall provide, at a minimum, a two (2) year warranty for the system. In addition, please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty 2. What is included? (Parts, Labor) 3. Is the warranty on-site or return to vendor? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? Delivery: Delivery shall be made to NIST, 100 Bureau Drive, Gaithersburg, MD 20899. 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. Inspection and Acceptance Criteria: The Government will inspect and accept the equipment within one (1) week after installation is completed. Upon delivery, and again during unpacking, NIST will inspect for shipping damage and lost or missing equipment. The equipment will be run and examined for conformance to NIST specifications. Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors shall 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. Clauses: 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 Subcontracting Awards 52.219-28 Post Award Small Business Program Rerepresentation 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 American Act - Free Trade Agreements - Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR. 1352.201-70 Contracting Officer's Authority 1352.209-73 Compliance with the Laws 1352.209-74 Organizational Conflict of Interest 1352.246-70 Place of Acceptance 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. Instructions to Offerors: Central Contractor Registration: In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations: Offerors shall submit their quotations so that NIST receives them not later than 03:00PM Eastern Time on Friday, September 7, 2012. Quotations must be submitted via e-mail at joshua.holliday@nist.gov. Fax quotations will NOT be accepted. Quotations will not be deemed received by the Government until it is entered into the e-mail address inbox set forth above. Quotation Instructions: The offeror 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. Description of Warranty. 5. Country of Origin. Basis for Award Determination/Evaluation Criteria: Award shall be made to the offeror that provides the lowest priced technically acceptable quotation. Technical acceptability means that the quotation meets all of the stated minimum requirements. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. 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 that 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 will be evaluated for reasonableness.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0760/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02857934-W 20120830/120828235547-c53b6f6c379069f8ff7bdfee9c0fb612 (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.