SOLICITATION NOTICE
99 -- Fusion Fluxer
- Notice Date
- 8/30/2012
- 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
- NB731030-12-05177-Fusion-Fluxer
- Archive Date
- 9/21/2012
- Point of Contact
- Jarreau A. Vieira, Phone: 3019754267, Chon S. Son, Phone: 301-975-8567
- E-Mail Address
-
jarreau.vieira@nist.gov, chon.son@nist.gov
(jarreau.vieira@nist.gov, chon.son@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation: NB731030-12-04662 Agency/Office: National Institute of Standards and Technology (NIST) Location: Acquisition Management Division Title: Fusion Fluxer Description(s): This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-60. Offerors will be responsible for obtaining related amendments to this solicitation, if any, from www.fbo.gov. It is the responsibility of each potential offeror to monitor www.fbo.gov for any amendments or other information related to this solicitation. Any communications regarding this acquisition must be made in writing and forwarded via email to Jarreau A. Vieira Jarreau.Vieira@nist.gov and shall identify the solicitation number, company name, company address, as well as point of contact email address and phone number. This requirement is being competed as a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees for value-added resellers. The Government anticipates the award of a firm-fixed-price purchase order to the offeror that offers the best value to the Government using the Lowest-Priced, Technically Acceptable method. The Government intends to make a single award for this requirement but reserves the right to make multiple awards. A. BACKGROUND INFORMATION The Construction Materials Division is involved in the analysis, standards and codes involving a wide range of construction materials, including cement clinker, cement, fly ash. blast furnace slag, and aggregate and is seeking an instrument to prepare specimens for major, minor and trace element analysis of the elemental constituents of these materials by x-ray fluorescence (fused glass beads) and ICP (dissolved materials in solutions) analyses B. PURPOSE AND OBJECTIVES OF THE PROCUREMENT This instrument is composed of main body and tools: • Fusion fluxer with at least three sample positions and operator controls • Interface to facilitate connection of customer-supplied computer • Platinum crucibles for each sample position • Platinum molds for each sample position • Pre-programmed fusion methods • Complete installation and operational manual • Free technical phone support for installation and operation • Free technical support via phone for fusion method development The following specifications (listed under C) are the minimum requirements, the vendor should mention when the specifications are exceeded (desired). C. CONTRACTOR REQUIREMENTS The instrument should be fully controlled by an integrated processor and control keypad but also provide facilities for a user-supplied computer to drive the instrument for fusion method development. - 208/220 V, 60 hz, - at least three sample capacity per run, - propane gas with electronic ignition and thermocouple flame safety system, - provide an ability to use one, two, or all three at the request of the user, - operator control over heating level, - ability to view the fusion process to assess the suitability of the procedure, - platinum ware shall be compatible with cement, fly ash, slag and geological materials, - Three each of crucibles and molds, - 32 mm sample mold diameter to suit sequential wavelength-dispersive XRF instrument, - Facility to prepare solutions for ICP and AA analyses, - automatic operation after establishment of fusion process parameters and loading of sample, - Shielding from the samples while fluxing operation is in progress, - instrument requirements for compressed air and/or oxygen are not desirable, - sample agitation to facilitate homogeneous melt and glass bead, - must be user-programmable to establish temperature, step time, sample agitation, heating and cooling (air flow) rates, - Connection with a computer (user-supplied) to develop and run fusion programs, - must come with established fusion programs for hydraulic cements, fly ash, slag, and rocks, - must be able to provide phone consulting on fusion method development, - 2 kg of flux suitable for cementitious and geological materials, - Provide the contact information for at least six current users of the same system from the cement and from the mining industries within North America, - Provide installation and operational instructions, and free phone support for installation, operation, and fusion method development, - Instrument must be Underwriters Laboratory (UL) safety-approved. Warranty should be provided. D. GOVERNMENT RESPONSIBILITIES NIST will provide the necessary electrical and LP gas utilities. NIST will also provide adequate lab space that would be suited for such instrument. E. REPORTING REQUIREMENTS AND DELIVERABLES N/A F. PROGRAM MANAGEMENT AND CONTROL REQUIREMENTS N/A G. INSPECTION AND ACCEPTANCE CRITERIA The boxes received will be inspected by NIST personnel for damage due to shipment. H. ATTACHMENTS Contractor is provide references from existing customers in the cement and mining industries - six (6) requested / minimum of three (3) required ***All interested vendors shall provide a firm-fixed-price quotation for the following: CLIN 0001: Fusion Fluxer to produce fused glass beads and ICP solutions, uses LP gas, safety enclosure, and gas regulator. Quantity: 1 EA CLIN 0002: Crucible for Fusion. Quantity: 3 EA CLIN 0003: Specimen Mold - 32mm in Diameter w/ tapered sides Quantity: 3 EA CLIN 0004: Lithum Tetraborate, Lithium Metaborate, Lithium Bromide Pure Flux Quantity: 2 KG CLIN 0005: Shipping Quantity:1 EA ***INSTRUCTIONS TO OFFERORS *** Interested offerors shall provide firm-fixed-pricing for the above. The offeror shall hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. ***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. ***The due date and time for receipt of quotations is September 7, 2012 no later than 9:00AM EST. ***Offerors shall e-mail their quotation to divya.soni@nist.gov so that it is received by the response date/time for this solicitation. It is the responsibility of the offeror to confirm NIST's receipt of its quotation. Each quotation shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price. NIST reserves the right to award a purchase order without discussions, based solely on the submission of the Contractor. EVALUATION FACTORS FOR AWARD: The award will be made to the responsible authorized offeror whose technically acceptable quotation is deemed to represent the lowest price. Offers that meet all of the above requirements will be deemed technically acceptable. APPLICABLE PROVISIONS AND CLAUSES FOR THIS SOLICITATION: The following FAR provisions and clauses apply to this solicitation: FAR 52.212-1; FAR 52.212-3; FAR 52.212-4; FAR 52.212-5, including 52.222-50, 52.233-3, and 52.233-4 in paragraph (a)(1), and the following fill-ins in paragraph (b): 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-13; 52.232-33. All provisions and clauses viewed at http://acquisition.gov/comp/far/index.html. All interested offerors must be actively registered in the Central Contractor Registry (CCR) at the CCR website www.ccr.gov and 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. Addendum to Provision 52.212-1- Quotation Preparation and Submission Instructions All quotations shall be submitted electronically so that they are received at Jarreau.vieira@nist.gov no later than September 7, 2012 at 9:00am Eastern. All questions regarding this solicitation shall be submitted electronically to Jarreau.vieira@nist.gov, referencing Solicitation number NB731030-12-04662. Paragraph (b) below replaces paragraph (b) in provision 52.212-1. (b) Submission of quotations. Submit dated quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on company letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must include- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) Technical description of the items being offered in sufficient detail to evaluate compliance with requirements in the solicitation. Item MUST meet exact specifications as laid out in the description attached. This may include product literature, or other documents, if necessary; (4) Terms of any expressed warranty; (5) Firm-fixed price for each CLIN and discount terms; (6) Any applicable shipping costs (7) Acknowledgement of solicitation amendment(s); (8) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB731030-12-05177-Fusion-Fluxer/listing.html)
- Place of Performance
- Address: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY, BUILDING 301 SHIPPING AND RECEIVING, 100 BUREAU DRIVE, Gaithersburg, Maryland, 20899-0001, United States
- Zip Code: 20899-0001
- Zip Code: 20899-0001
- Record
- SN02861833-W 20120901/120830235923-20210f939472d4cf58e4f27dd0b714f5 (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 |