Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600

National Institue of Standards and Technology, Acquistion and Assistance Division, Procurement Office, Bldg. 301, Room B152, Gaithersburg, MD 20899

66 -- INSTRUMENTS AND LABORATORY EQUIPMENT SOL 53SBNB060096 DUE 052500 POC TAMARA GRINSPON, Contract Specialist, (301) 975-4390;Anne M. McFarlane, Contracting Officer, (301) 975-4648 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-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, #53SBNB060096, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15.*****This acquisition is unrestricted.*****The National Institute of Standards and Technology (NIST) has a requirement for one Thermal Conductivity Measurement Instrument, Haake brand name (Part Numbers 5560070, 5561078, 5561078, 5561124, 5561125, 5561077, 5280129 and RC-Platinum), or equal, to be used to measure thermal conductivity in solid and melt-phases as a function of temperature.*****Salient characteristics of the system include the following: (a) ability to measure thermal conductivity of polymer solid and melt as a function of temperature; (b) a temperature range of from 25 C to 420 C; (c) a thermal conductivity range of from 0.02 W/mK to 2.0 W/mK; (d) accuracy/repeatability of +/- 8 percent; (e) ability to accommodate specimens in the form of polymer beads; (f) ability to perform measurements with minimal preparation of sample required on the part of the user (e.g. the system shall be able to provide for melting beads within the test chamber prior to thermal conductivity measurement and system ability to accept sample beads without the need for any critical machining of specimens to fit into the system chamber); (f) fully automated device control, data acquisition, and data analysis via personal computer; (g) an automatic measurement run, resulting in automatic thermal-k vs. temperature on a single specimen, at intervals as short as 10 C during a single run, without the need for user intervention.*****Delivery is required within twelve (12) weeks after receipt of purchase order (ARO); delivery is preferred within eight (8) weeks ARO.*****Delivery location is the National Institute of Standards and Technology, Building 301, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899-0001. The FOB point shall be DESTINATION, Gaithersburg, MD.*****Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability to Meet Specifications (vendors shall address all specifications, and shall provide indication of understanding and ability to meet requirements, which shall include comparisons between actual data obtained for a given polymer using the thermal conductivity measurement instrument operating at or near room temperature, and literature/experimental data obtained for the same polymer using other well-recognized, widely accepted, thermal-k devices operating at or near room temperature, plus relevant catalogs, brochures, and an official price list); (B) Past Performance (vendors shall provide three references to whom comparable instruments have been sold over the past five years, including organization name, point of contact, phone number, fax number and e-mail for each); and (C) Price. (A) and (B), when combined, are significantly more important than (C).*****The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered.*****Vendors 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 of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor's taking exception to it.*****All vendors are to include with their quotes, a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov .*****The following Federal Acquisition Regulation (FAR) provision applies to this solicitation: 52.212-1, Instructions to Offerors-Commercial; ***** 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 Orders-Commercial Items, applies to this acquisition, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (17)(ii) Alternate I of 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments 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 www.nist.gov/admin/od/contract/agency.htm.*****All interested, responsible, business firms should submit quotes (Original Plus One Copy Of Quote And Enclosures), by 3:00 PM, Washington DC time, on May 25, 2000, to the National Institute of Standards and Technology, Acquisition and Assistance Division, ATTN: TAMARA GRINSPON, Building 301, Room B117, 100 Bureau Drive STOP 3572, Gaithersburg, Maryland 20899-3572. Faxed quotes will NOT be accepted. Copies of above-referenced clauses are available upon request, either by telephone or fax. Posted 05/11/00 (W-SN453894). (0132)

Loren Data Corp. http://www.ld.com (SYN# 0306 20000515\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page