COMMERCE BUSINESS DAILY ISSUE OF JULY 28,2000 PSA#2652 National Institute of Standards & Technology, Acquisition & Assistance
Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD
20899-3572 66 -- LABORATORY ELECTROMAGMENT SYSTEM SOL 53SNBN060129 DUE 080400 POC
Contract Specialist, Carolyn Wilder -- (301) 975-8332 e-mail
carolyn.wilder@nist.gov; Contracting Officer, Ann McFarlane WEB: NIST
Contracts Homepage, http://www.nist.gov/admin/od/contract/contract.htm.
E-MAIL: NIST Contracts Office, Contract@nist.gov. This modification
replaces in its entirety the Combined CBD Synopsis 53SBNB060129 posted
on 7/21/00. DESCRIPTION: 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 CONSTIUTES THE ONLY SOLICITATION; QUOTATIONS
ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE
ISSUED.*****This solicitation, #53SBNB060129 Request for Quotation
(RFQ) and 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 3625, and the small business size is 500
Employees.*****The National Institute of Standards and Technology
(NIST) ) has a requirement for a GMW Associates Laboratory
Electromagnet System, Model 5403 brand name or equal. The system shall
have the following components: (1) C-frame Electromagnet capable of
accepting 76 mm diameter pole pieces, the electromagnet must be capable
of vertical or horizontal mounting on a standard optical table; (2)
Pole piece pair, tapered to 38 mm diameter; (3) Additional tapered pole
piece with a 10 mm thru hole; (4) Electromagnet Power supply
(858-50A/25V or comparable) with current reversal capability and
GPIB/IEEE-488 interface for complete computer control; (5) Digital
Tesla meter with 20 bit precision and IEEE-488 interface, (6) Hall
probe, 4 range; (7) Probe holder for mounting Hall probe to magnet; (8)
GPIB-PCII/IIA interface board for electromagnet control and field
readout; (9) Lab View magnet based software for complete electromagnet
control; (10) Lab View for Windows, base package; (11) All components
for mounting the magnet either vertically or horizontally on a
standard optical table; (12) All components for mounting power
supplies, and Teslameter in standard 19 inch racks; (13) All cables
necessary for electromagnet power, interlock, and computer control;
(14) The vendor should provide for installation and demonstration of
the electromagnet system at the National Institute of Standards and
Technology in Gaithersburg, MD. The system shall be required to meet
the following performance specifications: (1) The pole gap should be
variable from 0 to 76 mm; (2) The pole pieces should be tapered to a
diameter of 38 mm. The system should be supplied with one additional 38
mm pole piece with a 10 mm through hole; (3) The operating field should
be 1.3 T or greater at a pole gap of 25 mm using the tapered 38 mm pole
pieces; (4) The field uniformity should be 0.5% or better over a 20 mm
diameter disc in the median plane (also with 38 mm tapered pole
pieces); (5) The current stability should be 20ppm/8 hours or better;
(6) The current control resolution should be 18 bit or better; (7) The
field readout resolution should be 20 bit or better (1uT up to 3.0T
field); (8) Computer control should be achieved using an IEEE-488
interface with Lab View based software; (9) Cooling should be achieved
by water cooling, or air cooling for low excitation, (10) Size
limitations for the actual electromagnet are as follows: length 610mm
or less, height 380mm or less, width 280mm or less; (11) The
electromagnet must be capable of mounting on a standard optical table,
limiting the magnet weight to less than 130 kg; (12) The electromagnet
must be capable of mounting in a configuration with the pole axes
vertical or horizontal, (Hardware for mounting in these configurations
should be supplied with the system.) (13) When mounted vertically, the
height of the mid-point between the poles must be 400 mm or less above
the surface of the optical table and there must be at least 100 mm of
clearance between the end of the pole piece/pole drive screw and the
top of the optical table. ****Delivery is required within 60 days After
Receipt of Order (ARO). Delivery location is the National Institute of
Standards and Technology, Receiving, 100 Bureau Drive STOP 3574,
Gaithersburg, Maryland 20899-3574. 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 are as follows: (a) Technical capability to
meet or exceed the Government's specifications (offerors shall submit
a quotation addressing all required specifications, 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 capability 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 whose
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 construed 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 (11) 52.222-21,
Prohibition of Segregated Facilities (Feb 1999); (12) 52.222-26, Equal
Opportunity; (13) 52.222-35, Affirmative Action for Disable Veterans
and Veterans of the Vietnam Era Veterans; (14) 52.222-36, Affirmative
Action for Workers with Disabilities (29 U.S.C. 793); (15) 52.222-37,
Employment Reports on Disabled Veterans and Veterans of Vietnam Era;
(17) (ii) 52.225-3, Alternate I Buy American Act-North American Free
Trade Agreement-Israeli Trade-Balance of Payments Program; and (22)
52.232-33, Payment by Electronic Funds Transfer -- Central Contractor
Registration (31 U.S.C. 3332); (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 07/28/00 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 07/26/00 (W-SN478968).
(0208) Loren Data Corp. http://www.ld.com (SYN# 0276 20000728\66-0009.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 26, 2000 by Loren Data Corp. --
info@ld.com
|
|
|