SOLICITATION NOTICE
68 -- Manufacture 1 kg lots of Ceria and Zinc Oxide Powders
- Notice Date
- 8/4/2003
- 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
- SB1341-03-Q-0728
- Response Due
- 8/18/2003
- Archive Date
- 9/2/2003
- Point of Contact
- Jennifer Roderick, Contract Specialist, Phone 301-975-8173, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
- E-Mail Address
-
Jennifer.Roderick@nist.gov, Patrick.Staines@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 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15, items effective May 22, 2003. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 424690 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. ******The National Institute of Standards and Technology (NIST) has a requirement for one (1) job to manufacture 1 kg lots of Ceria and Zinc Oxide Powders. ***Nano-sized cerium (IV) oxide and zinc oxide powders shall be prepared in 1 kg quantities for use as the feedstock for NIST Standard Reference Material, SRM, 1979, the x-ray powder diffraction crystallite size standard. The materials must be substantially free of the microstructural defects that result in ?strain? broadened X-ray diffraction profiles to the point that such broadening is undetectable with conventional equipment. ***The first SRM feedstock material, cerium (IV) oxide, shall to be produced on a 1 kg scale with a particle size in the 20 nm ranges, and with a very narrow distribution over the 5 nm to 35 nm ranges. The second SRM feedstock material, zinc oxide, shall also be produced on a 1 kg scale. However, zinc oxide crystallizes in a columnar habit; thus considering the larger dimension, the particle size for zinc oxide shall be in the 80 nm range with a very narrow distribution over the 60 nm to 100 nm particle size range. Starting materials shall be at least 99.99% purity. The method for the ceria shall be a precipitation reaction between cerium (IV) sulfate solution and an ammonium hydroxide solution conducted in a fixed-element flow reactor. The method for the zinc oxide shall be a precipitation reaction between zinc acetate and an ammonium hydroxide solution also to be conducted in a fixed-element flow reactor. Separation and washing of the product, to be done by centrifugation, shall be conducted using centrifuge equipment sized to process 130 L of slurry in no more than 36 hours to minimize the effects of precipitate aging. A final wash using anhydrous ethanol shall be done to displace water and assure a friable product. The wet powder (10 L to 15 L) will be apportioned into shallow, flat pans and heated in an oven that will accommodate the entire batch and maintain a very uniform temperature profile throughout, to insure that all portions of the product will experience a similar thermal history. For safety reasons, the oven shall be purgable with nitrogen particularly during the volatilization of residual ethanol at temperatures between 80 ?C and 110 ?C. Subsequently, the material shall be subjected to a heating rate of 100 ?C/h, up to a maximum temperature of 400 ?C for the ceria, and 375 ?C for the zinc oxide, at which point it will be maintained for 2 days. The products shall be fine cerium (IV) oxide and zinc oxide powders that are substantially free of microstructural defects that result in ?strain? broadened x-ray diffraction profiles. *** ***Work is to be performed in two stages. In the first stage, the vendor shall produce a minimum of 4 test powders in 5 -10 g quantities using the flow reactor technique. Parameters concerning the chemistry and operation of the flow reactor shall be systematically varied for the production of these test powders in order to allow the determination of the optimal parameters for the 1 kg batch. While it is expected that the vendor will interact with NIST in order determine experimental and production parameters of this procurement, NIST will determine how the material is to be produced and will accept responsibility for the results. Operational parameters for each specimen will be determined by NIST after interactions with the Contractor. Specimens will then be supplied sequentially to NIST for evaluation; such evaluation will take no longer than 2 weeks. Following evaluation, changes in parameters for the following specimen shall be determined by NIST. This process shall be followed for the total number of specimens as required. The second stage shall produce the 1 kg quantity required for each SRM feedstock. Operational parameters for the production of this large quantity shall be determined by NIST after evaluation of the data from the test specimens and discussions between the vendor and NIST. ***Delivery shall be FOB DESTINATION and the total job shall be completed no later than one (1) year after receipt of order. ******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 any 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ******The Government will award 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. The following will be used to evaluate quotations: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical capability, past performance, and past experience shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. ******The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ******The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: 52.222-3, Convict Labor; (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, with Alternate II; (21) 52.225-13 Restriction on Certain Foreign Purchases; and (24) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All clauses may be viewed at www.acqnet.gov. ******All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov. ******All quotes must be received not later than 3:00 PM local time, on August 15, 2003 to the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery must be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus must assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.) If 24 hour notification was not provided, it is suggested you?re your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. ***
- Place of Performance
- Address: 100 Bureau Drive, Mail Stop 3571, Building 301 / Shipping & Receiving, Gaithersburg, Maryland
- Zip Code: 20899-3571
- Country: USA
- Zip Code: 20899-3571
- Record
- SN00391122-W 20030806/030804213310 (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 |