Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 15,2000 PSA#2557

National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572

66 -- CRYOPUMP SYSTEM AND RESIDUAL GAS ANALYZER SOL 53SBNB060060 DUE 032800 POC Contract Specialist, Carolyn Wilder (301) 975-8332;Contracting Officer, Joan Smith (301) 975-6458 WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL IFNORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED*****This solicitation, #53SBNB060060, is a Request for Quotation (RFQ), Simplified Method of acquisition will be used for this procurement. . The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The associated Standards Industrial Classification Code (SIC) for this procurement is 3826, and the small business size is 500 Employees.****The National Institute of Standards and Technology (NIST) has a requirement for a Cryopump System and Residual Gas Analyzer. The system must meet the following requirements: (1) Cryopump System, (a) Austin Cryoplex 8 or equal, w/10" CFF, (b) Austin Model 125 Compressor, or equal, air-cooled, (c) Single Installation Kit, (d) Austin Model 2100, or equal, Automatic Cryopump Control, (e) Austin, or equal, Purge Gas Valve, (f) Austin, or equal, Purge Gas Heater, (g) Rough Valve and TC Combination, (h) Contractor Box for Regeneration Sequence; (2) Primary Pump System, (a) Edwards XDS5 or equal, 3.5 CFM Dry Vacuum Pump, 110V nominal, Single Phase; (3) Gauge System, (a) Edwards WRG or equal, Wide Range Gauge, (b) Edwards AGC or equal, Active Gauge Controller, Single Display, Three Head, Six Process Control Setpoints, (c) All Necessary Cables; (4) Hardware, (a) Inlet Spoolpiece, (1a) Cryopump Flange, (2a) Ports for Rough, Vent, RGA, Gauge, (3a) NW50 Inlet Port. (b) Valves, (1b) Gate Valve, (2b) Rough Valve, (3b) Vent Valve, (c) All Interconnecting Components, Fittings, S/Ns, Clamps etc. (5) Cart, (a) Heavy Duty Cart, Powder Coated, Open frame design to accommodate the above, (b) Castors, two rigid, two swivel with brakes, pneumatic wheels, (c) Rack Mount for Controllers, (d) Mount for Compressor, (e) Integral Electrical and Pneumatic Distribution; (6) Controller, (a) "Mimic" Style Silkscreen Control Panel, (b) Manual or Automatic Pump Down/Vent with Interlocks, (c) Panel Control of Compressor and Scroll Pump; (7) Residual Gas Analyzer, (a) 2-100 AMU SRS RGA with RGA Head, Electronics, Software, 25' RS232 Cable, less than 1.0 AMU Resolution, Detectable Partial Pressure to 10 to the minus 11 Torr, (b) Built in Power Module for AC Line Operation; (8) RGA Monitoring System with "turnkey" Pentium 233 MMX System including, (a) 32 MB RAM, (b) 6.4 GB Hard Drive, (c) 1.44 MB FDD, (d) 4 MB Graphics Adapter, (e) 48 CD-ROM, (f) Windows 98, (h) Keyboard, Mouse, Cables, etc, (9) All components of this unit supplied by the vendor shall be new, unless otherwise approved by NIST. (10) The vendor will be responsible for the initial assembly and startup of the unit utilizing the components listed in this solicitation. Performance Specifications: (1) Upon Vendor's installation at NIST, the following performancetesting shall occur before acceptance, (a) Unit shall be pumped down (against itself) to a vacuum of the order of 10 to the minus 11 Torr. (b) Unit shall maintain vacuum to the order cited in (a.) for a period not less than five days. (c) Unit shall achieve vacuum to the order cited in (a.) within six hours of initiation of operational test. (d) All gauges supplied with the unit shall be compared to the existing gauge work in the Scientific Glassblowing Facility (with which the unit will function over its operational lifetime) over the vacuum range and dwell time of the operational test. (e) The RGA shall be tested to verify performance as cited in "consisting of " item 7, line "a." above. (2) The vendor retains the right to be present for testing and verification of performance cited in item 1 of this section. (3) NIST reserves the right to further test for the above-cited specifications and performance criteria within 90 days of vendor's installation of the unit. The vendor has the right to be present at such tests, at the vendor's expense, and shall be notified as to the testing algorithms and times of test two weeks prior to such tests by NIST. (4) The vendor may make reasonable repairs and adjustments to the unit during the testing period. Should the unit not meet acceptable performance as cited in item 1 of this section, the vendor shall remove the unit at the vendor's expense, and this contract shall be considered terminated. Delivery is required within 120 days After Receipt of Order (ARO). Delivery location is the National Institute of Standards and Technology, Building 301, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland 20899-0001. The FOB Point shall be Destination, Gaithersburg, Maryland.****The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial; *****Evaluation criteria is as follows: (a) Technical capability to meet or exceed the Government's specifications (offerors shall submit a quotation addressing all required specifications noting exceptions in exceeding the above criteria, and shall provide descriptive literature and price list for all item numbers; (b) Past Performance (offerors shall submit evidence of having produced and sold comparable units, with indication of performance success); and (c) Price. Technical and past performance evaluation criteria, when combined, are significantly more important than price.*****The Government anticipates awarding a purchase order resulting from this combined synopsis/solicitation to the responsible offeror who quotation, conforming to this synopsis/solicitation, will offer the best value to the Government, price and other factors considered. Offerors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government's specifications to need. Failure to address a specification/requirement will be constructed by the Government as inability to meet the need, or the offeror's taking exception to it.*****All vendors are to include with their quotes, a complete copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from http://www.nist.gov/admin/od/contract/repcert.htm. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items, applies to this acquisition, including subparagraphs (a) (1) 52.222-3, Convict Labor (2) 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s 12722, 12724, 13059, and 13067), (3) 52.225-3, Protest after Award, (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Special Disable Vietnam Era Veterans; (14) 52.222-36, Affirmative Action for Handicapped Workers; (15) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; (17) (ii) Alternate I of 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payment Program; (19) 52.225-19, European Union Sanction for Services (E.O. 12849); (21) 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program, (22) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded from the NIST Web Page located at http://www.nist.gov/admin/od/contract/protest.htm.***** All interested responsible firms should submit quotes (original plus one copy of quote and enclosures), by 3:00 PM, Washington, DC time, on 03/28/00, to the National Institute of Standards and Technology, Acquisition and Assistance Division, ATTN: Carolyn Wilder, Building 301, Room B117, 100 Bureau Drive STOP 3572, Gaithersburg, Maryland 20899-3572. Faxed quotes will NOT be accepted. Copies of above reference clauses are available upon request, either by telephone or fax. Posted 03/13/00 (W-SN433796). (0073)

Loren Data Corp. http://www.ld.com (SYN# 0232 20000315\66-0004.SOL)


66 - Instruments and Laboratory Equipment Index Page