SOLICITATION NOTICE
66 -- PHOTOACOUSTIC MULTIGAS MONITOR SYSTEM
- Notice Date
- 2/19/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- 03-839-0733
- Archive Date
- 3/20/2003
- Point of Contact
- Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, - Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884,
- E-Mail Address
-
tamara.grinspon@nist.gov, tamara.grinspon@nist.gov
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS, FAR PART 13-SIMPLIFIED ACQUISITION PROCEDURES, AND 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, #03-839-0733, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12.*****The associated North American Industry Classification System (NAICS) code for this procurement is 334516, and the small business size is 500 Employees. This acquisition is unrestricted.*****The National Institute of Standards and Technology (NIST) has a requirement for Line Item #0001, quantity of one (1) Photoacoustic Multigas Monitor plus accessories, California Analytical Instruments BRAND NAME -- OR EQUAL (Model #1314, along with one (1) each of the following filters: Ammonia Filter; Methanol Filter; Ethanol Filter; Freon 14 (tetrafluoromethane) Filter; Freon 116 (hexafluoroethane) Filter; Methane Filter; Special Optical Filter-#EB6009 for Low CO2; Special Optical Filter #EB6010 for Low H20; and one (1) Extra Carousel Wheel), which will be used at the NIST Analytical Chemistry Division to analyze low ppm to low ppb gas standards and mixtures. The system will be used to analyze carbon monoxide to 200 ppb, carbon dioxide to 2 ppm, ethanol and methanol to 50 ppb, ammonia to 200 ppb, as well as many freons in the 10 to 100 ppb range.*****All interested, responsible business firms may provide a quotation for the following line items: Line Item #0001, Photoacoustic Multigas Monitor, Filters and Extra Carousel Wheel, equal to the California Analytical Instruments brand named above.*****Salient characteristics include: (a) Photoacoustic Infrared Spectroscopy Measurement Technology;* (b) Ability to monitor five (5) different gases plus water vapor simultaneously;* (c) Linear dynamic range of (5) orders of magnitude;* (d) Detection limits in the low ppb range;* (e) Ability to store 5 different calibrations (gases) for each optical filter in separate memories (filter banks);* (f) Ability to compensate for water vapor interference;* (g) User defined alarm limits - independent for each gas, along with contact relay;* (h) Ability to compensate for interference from other gases via Classical Least Squares Regression;* (i) Noise elimination through use of two microphones placed 180 degrees apart;* (j) Minimization of random noise through chopper functioning at 20 Hz;* (k) The source has a feedback loop and all measurements are temperature and barometric pressure compensated;* (l) The 3 cc gas cell is gold plated and can measure with as little as 10 cc's of sample;* (m) No consumables;* (n) Variable chamber flushing time, tube flushing length, as well as pump speeds;* (o) User selectable Sample Integration Times (SIT);* (p) Data logger stores up to two weeks of data and can be downloaded to a PC;* (q) Two interfaces RS232 and IEEE;* (r) Extensive self tests on all parameters and reports any errors;* (s) Includes Windows software program and will run on all Windows platforms.*****A one-year warranty on parts and labor shall be included.*****A description of brand name or equal is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency requirement. *****To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristics specified in this RFQ; clearly identify the item by brand name, if any, and make or model number; include descriptive literature such as illustrations, drawings; and clearly describe any modifications the quoter plans to make in a product to make it conform to the RFQ requirements.*****Delivery is required within six (6) weeks or less after receipt of order (ARO). Delivery shall be FOB DESTINATION, NIST, Gaithersburg, MD.*****The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.*****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; (B) Past Experience; (C) Past Performance; and (D) Price. Technical factors and Past Performance, when combined, are more important than Price.*****Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the make and model of the products, manufacturer sales literature or other product literature that clearly demonstrates that the offered products meet the specifications listed above.***** Evaluation of Past Performance will be conducted in accordance with Federal Acquisition Regulation (FAR) 52.212-1(b)(10). Past performance will be evaluated to determine overall product quality and service with respect to technical and administrative issues.*****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable equipment. Quoters shall provide a list of at least three (3) references, at NIST, Gaithersburg, MD, or other, to whom the same or similar equipment has been provided. The list of references should include: (a) the name of the reference point of contact; (b) the name of the company, organization or agency; (c) the telephone number of the point of contact; (d) the date product(s) was/were provided; and (e) purchase order or contract number relevant to purchase. The Government will base its evaluation on information obtained from references provided and/or from other sources available to the Government.*****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 the requirement and the ability and willingness to comply with the Government's specifications of need.*****All vendors should provide the following: (A) Quotation including all Line Items and References, signed, one original and one copy; (B) Description and Product Literature, two copies; (C) Current Commercial Price List(s), one copy; and (D) Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov , one copy, completed, signed, and dated.*****The following Federal Acquisition Regulation (FAR) provision applies to this solicitation: 52.212-1, Instructions to Offerors-Commercial Items; ***** 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, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act; (19)(ii) Alternate I of 52.225-3; (21) 52.225-13, Restriction on Certain Foreign Purchases; (25) 52.232-34, Payment by Electronic Funds Transfer-Other than 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 The clause 52.211-6, Brand Name or Equal, also applies to this acquisition. Copies of above-referenced clauses are available at www.arnet.gov .*****All interested, responsible vendors should submit quotes to: National Institute of Standards and Technology, Acquisition and Logistics Division, ATTN: TAMARA GRINSPON (03-839-0733), Building 301, Room B129, 100 Bureau Drive STOP 3571, Gaithersburg, Maryland 20899-3571. Deadline for receipt of quotes is: 3:00 PM, Washington DC time, on March 5, 2003. Hand-delivery of quotes is discouraged, as heavy security requirements may result in considerable delays. Faxed quotes and/or Email quotes will NOT be accepted.
- Place of Performance
- Address: National Institute of Standards and Technology, Shipping and Receiving, Building 301, 100 Bureau Drive, Gaithersburg, MD 20899-0001
- Record
- SN00261353-W 20030221/030219213258 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |