Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1996 PSA#1657

National Institute of Standards and Technology, Acquisition and Assistance Division, Bldg. 301, Room B117, Gaithersburg, MD 20899

66 -- COMPARATOR SOL 52SBNB6C9274 DUE 082796 POC Kathleen Lettofsky (301) 975-6342 This is a combined solicitation for commercial items prepared in accordance with the format in 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 will not be issued. The solicitation number is 53SBNBC9274 and the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-39. The standard industrial classification (SIC) code is 3545. The contract line item numbers (CLINs) and items, quantities and units of measure are: CLIN 0001 comparator, capacity/readibility:1011g/0.01 mg, 1 each; CLIN 0002 On-site warranty, 03 years; CLIN 0003 Installation, 1 Job; CLIN 0004 Training, 1 Job. Please submit your price in accordance with the CLIN structure identified in the previous sentence. The National Institute of Standards and Technology (NIST) intends to acquire the Comparator with the following minimum requirements: 1) weighing system with a 0.01 mg readability and a 0.02 mg repeatability for a total weighing capacity of 10011 g. 2) Taring range: 11 g. 3) Linearity: +/- 0.05 mg; 4) Stabilization time: 25 s.; 5) Built-in dial weights: 5 kg, 3 kg and 1 kg; 6) Calibration: motorized calibration of the electric weighing range. (Built-in 10 g calibration weight).; 7) Sensitivity drift: +/- 1 ppm/degree C.; 8) The mass comparator shall function optimally in the following ambient conditions: Temperature: 20-22 degrees C (+/-0.2 degree C).; Relative Humidity: 45-50 percent. 9) The comparator shall also have the following standard equipment: Weight handler: automatic weight handler, built-in to the design, for the automatic determination of the masses of 4 weight pieces with equal nominal value and with the following dimensions 16 mm ( diameter ( 110 mm, height ( 185 mm. The 4 weights although the same nominal value, may range from 1 kg to 10 kg. The comparator shall yield the difference between masses directly; that is, the mass or mass differences of any transport mechanisms (weight handler) shall not enter into the comparison. 10) Control software: Software for remote operation of comparator using an IBM-compatible Pentium PC. 11) Display: Shall be on a separate control unit with LCD. 12) Draft shield: Shall have a glass draft shield. 13) Data interface: CL/RS232C. 14) Power consumption: Balance: 15.5 VA max.; Handler: 40 VA max. 115V/230V; 50-60 Hz. 15) The mass comparator shall meet the following dimensions in order for the measurement volume to fit in our fixed volume of tightly controlled environment: Housing (balance and handler): 315x720x850 mm; 85 kg; Balance control unit: 202x294x92 mm, 2.5 kg; AC adapter: 115x140x53 mm, 1.2 kg; Handler control unit: 210x220x80 mm; 2.5 kg; AC adapter: 95x178x60 mm, 0.8 kg. 16) The complete operation of the comparator shall be done remotely without any disturbance of the environment around the comparator or the comparator itself. 17) The comparator shall use flexures not knife edges. 18: The contractor shall provide full training for NIST staff (2-3 people) on the operation of the comparator after installation. 19) The contractor shall test the comparator and insure that all the above mentioned requirements are met after installation. NIST requires delivery of the system within 60 calendar days after receipt of the contract, FOB Destination, Gaithersburg, MD. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following specific evaluation criteria to be included in paragraph (a): (i) technical capability of the items offered to meet the Government requirement; (ii) past performance/experience and (iii) price. Technical capability and past performance, when combined, are significantly more important than price. Evaluation of the specific evaluation criteria will be based on information submitted in response to this RFQ. It is recommended that information be included which demonstrates that the items offered meet all the requirements identified in this combined synopsis/solicitation. Information which merely offers to furnish the items in accordance with the requirements of the Government or does not address a requirement contained herein will be evaluated based on this information or lack of information. Offerors are cautioned to submit proposals on the most favorable basis, since the Government may elect to make an award without further discussions or negotiations. Proposals submitted in response to this combined synopsis/solicitation shall be in an original and two copies. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition and includes the following FAR clauses: 52.219-8, Utilization of Small Business Concerns, and Small Disadvantaged Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act-Supplies; 52.225-18, European Union Sanction for End Products; 52.225-21, Buy American Act-North American Free Trade Adgreement Implementation Act-Balance of Payments Program. Interested parties shall submit offers which include, but should not be limited to, the 11 items outlined in FAR 52.212-1(b), and information requested in this synopsis/solicitation to the National Institute of Standards and Technology, Acquisition and Assistance Division, Building 301, Room B117, Gaithersburg, MD 20899, ATTN: Kathleen Lettofsky, Solicitation No. 53SBNB6C9274. Offers must be received by 3:00 on August 27, 1996. Offers or modifications of offers received at the address specified for the receipt of offfers after the exact time specified for receipt of offers will not be considered. For information regarding the solicitation contact Kathleen Lettofsky, Contract Specialist. Her telephone number is (301)975-6342 and the FAX number is (301)963-7732. (0222)

Loren Data Corp. http://www.ld.com (SYN# 0278 19960812\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page