|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 23,1999 PSA#2373National Institute of Standards & Technology, Acquisition & Assistance
Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD
20899-3572 66 -- DRY PORTABLE HELIUM LEAK DETECTOR SOL 53SBNB960077 DUE 070299
POC Patricia Duggan, (301) 975-8007, FAX (301) 963-7732 WEB: NIST
Contracts Hoempage, http://www.nist.gov/admin/od/contract/contract.htm.
E-MAIL: NIST Contracts Office, Contract@nist.gov. The synopsis that was
originally published in the CBD on April 24, 1999, is hereby modified
to amend the specifications and extend the deadline for receipt of
quotations. The entire synopsis is provided as follows: 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 will not be issued. The solicitation number is
53SBNB960077 and is being issued as a Request for Quotation (RFQ) using
Simplified Acquisition Procedures. This action is unrestricted. The
associated Standard Industrial Classification (SIC) Code is 3829. The
small business size standard is 500 employees. The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-11. The National Institute of
Standards and Technology (NIST) has a requirement for one dry, portable
helium leak detector with cart. The design, performance, and physical
characteristics of the dry, portable helium leak detector shall include
the following: (1) Leak detector shall be mass spectrometer based and
sensitive to atomic mass 4 elements (helium). (2) High vacuum pump
shall be a turbomolecular pump. (3) Rough/fore pump shall be oil-free
(dry). (4) Unit shall be portable and weigh less than 45 kg with pumps.
(5) Unit shall operate off 110 Volts at 60 Hertz. (6) Minimum
detectable leak rate of helium (sensitivity) in vacuum mode, in
accordance with AVS standard 2.1, shall be less than 10^(-10) torr
liter/second. (7) Maximum operating inlet pressure shall be greater
than 1 torr. (8) Minimum pumping speed for helium shall be greater than
1 liter/second. (9) Response time to helium leak shall be less than 2
seconds. (10) Warm-up time for operation shall be less than 3 minutes.
(11) Unit shall incorporate an additional external, dry roughing pump
with a minimum pumping speed of 15 cubic feet/minute. (12) Unit shall
have a minimum resolving power of mass 4 to mass 3 (resolution), in
accordance with AVS standard 2.3, of 14. (13) Unit shall have automatic
calibration. Commercial warranty shall be included in quoted price.
Required delivery is FOB Destination (Gaithersburg, MD) within 30 days
after date of award. All shipping and handling charges shall be
included in price quotation. The provision at FAR 52.212-1,
Instructions to Offerors -- Commercial Items, is applicable to this
acquisition. The Government will award a fixed price purchase order
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. The following factors
will be used to evaluate offers: (1) Technical Capability, (2) Past
Performance, and (3) Price. Factors 1 and 2, when combined, are
significantly more important than price. All responsible sources may
submit a quote which shall be considered by the Government. ALL
OFFERORS SHALL SUBMIT THE FOLLOWING WITH THEIR QUOTE: (1) technical
description and/or product literature; (2) a list of three contracts
completed during the past three years for identical items with the
following information: name of contracting activity, contract number,
total contract value, contracting officer, and telephone number; and
(3) a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications -- Commercial Items (available at
the Internet site www.arnet.gov/far). The following FAR clauses apply
to this acquisition: 52.212-4, Contract Terms and Conditions --
Commercial Items; and 52.212-5(a) -- Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items.
The following additional FAR clauses, which are cited in 52.212-5(b),
are applicable to this acquisition: 52.222-21, Prohibition of
Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35,
Affirmative Action for Special Disabled 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; 52.225-21, Buy
American Act -- North American Free Trade Agreement Implementation Act
-- Balance of Payments Program (Alternate I); 52.232-34, Payment by
Electronic Funds Transfer-Other Than Central Contractor Registration.
Department of Commerce Agency-Level Protest Procedures Level Above the
Contracting Officer are available at Internet site
www.nist.gov/admin/od/ contract/protest.htm. All interested responsible
firms should submit quotes by 3:00 p.m. EDT on July 2, 1999. Quotes
should be mailed to the National Institute of Standards and Technology,
Acquisition and Assistance Division, 100 Bureau Drive, Stop 3572,
Gaithersburg, MD 20899-3572, ATTN: Patricia Duggan. FAXED QUOTATIONS
WILL NOT BE ACCEPTED. Copies of above-referenced clauses are available
upon request, either by telephone (301-975-8007) or fax
(301-963-7732). Posted 06/21/99 (W-SN345152). (0172) Loren Data Corp. http://www.ld.com (SYN# 0313 19990623\66-0005.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|