Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1, 2000 PSA #2677
SOLICITATIONS

66 -- HIGH PERFORMANCE TEMPERATURE BATH

Notice Date
August 30, 2000
Contracting Office
National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572
ZIP Code
20899-3572
Solicitation Number
53SBNB060137
Response Due
September 13, 2000
Point of Contact
TAMARA GRINSPON, Contract Specialist, (301) 975-4390; Paul G. Cataldo, Contracting Officer, (301) 975
E-Mail Address
NIST Contracts Office (Contract@nist.gov)
Description
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, #53SBNB060137, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18.*****The associated Standards Industrial Classification Code (SIC) for this procurement is 3822, and the small business size is 500 Employees. This acquisition is unrestricted.*****The National Institute of Standards and Technology (NIST) has a requirement for one (1) High Performance Temperature Bath which will be used, for NIST's Atomic Standard for Pressure with Electrical Implementation Project, to thermostat a new pressure standard device at the triple point of water and will jacket a pressure vessel with an ultimate temperature stability and uniformity requirement of 0.3 mK.*****The High Performance Temperature Bath shall meet -- or exceed -- the following minimum specifications, which are listed in order of importance:**** (a) Temperature uniformity and stability of better than 1.0 mK around each of the two cylindrical volumes;***(b) Bath performance shall be optimized for 0.01 Degrees C (triple point of water);***(c) Vendors shall provide documented measurements of the temperature profile of the bath in the working volume and stability near the center of the bath operating over a 24 hr period with the supplied bath fluid. The documents shall show performance at a minimum of two temperatures: 0.01 Degrees C and 30.00 DegreesC;***(d) Temperature set point shall be adjustable with a resolution of 0.00005 Degrees C;***(e) Bath fluid shall be provided with the following properties: *Non conductor of electricity; *Shall not dissolve inorganic salts; and *Inert towards polyethylene, polypropylene, and Teflon.***(f) Top of bath shall have unobstructed access from above for suspension of test instrument into the bath and the bath chamber shall have the following unobstructed dimensions: Fluid depth of 33 cm; Length of 70 cm; Width of 28 cm; and Ability to accept two 20 cm OD by 20 cm tall cylinders;***(g) Bath temperature shall be able to be set to any value in the range of 0 to 100 DegreesC;***(h) Temperature setting repeatability of 0.01 Degrees C;***(i) RS232 or IEEE-488 computer interface for communications with the bath controller allowing remote setting and reading of set point temperature, PID parameters, bath temperature, and control settings;***(j) Digital temperature display shall allow for manual control of bath settings;***(k) Moveable cart with casters providing a minimum clearance of 16 cm between the bottom of the cart frame and the floor; and ***(l) Operates from 120 V, 60 Hz single-phase power.*****Delivery is required within ten (10) weeks after receipt of purchase order (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 or Exceed ("exceeding" specifications preferred) Specifications (vendors shall address all specifications, and shall provide indication of understanding and ability to meet requirements); (B) Past Performance/Experience (vendors shall provide three references to whom comparable units -- preferably for similar applications -- have been sold over the past five years, including organization name, point of contact, phone number, and fax number for each); and (C) Price. (A) and (B), when combined, are 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; (19) 52.225-13, Restriction on Certain Foreign Purchases; (20) 52.225-15, Sanctioned European Union Country End Products; (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 at http://oamweb.osec.doc.gov/conops/reflib/alp1296.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 SEPTEMBER 13, 2000, to the National Institute of Standards and Technology, Acquisition and Assistance Division, ATTN: TAMARA GRINSPON (060137), 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.
Web Link
NIST Contracts Homepage (http://www.nist.gov/admin/od/contract/contract.htm)
Record
Loren Data Corp. 20000901/66SOL015.HTM (W-243 SN491769)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on August 31, 2000 by Loren Data Corp. -- info@ld.com