Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2004 FBO #0859
SOLICITATION NOTICE

66 -- Controlled Inert Environment Glove Box System for Sample Preparation

Notice Date
4/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
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
SB1341-04-Q-0364
 
Response Due
4/12/2004
 
Archive Date
4/27/2004
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
joni.laster@nist.gov, carol.wood@nist.gov
 
Small Business Set-Aside
Total Small Business
 
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) 2001-20.****** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. This requirement is 100% set-aside for small business. Only small businesses may submit a quotation.****** The National Institute of Standards and Technology is seeking to purchase a Controlled Inert Environment Glove Box System for Sample Preparation ******All interested quoters shall provide a quote for the following: Line Item 0001: Quantity One (1) Complete Inert Glove Box System with integrated inert gas purifier, control system, system display, glove box stand and vacuum pump. System shall consist of the following components (A-H) and meet or exceed the required specifications as stated for each component: (A) Glove box meeting or exceeding the following required specifications: (1) Glove box shall not exceed 45 inches wide, 30 inches deep, and 36 inches tall; (2) shall be constructed of a corrosion resistant material, stainless steel is preferred; (3) shall have removable end panels; (4) shall have a full view viewable front panel, metal glove ports; (5) shall have two (2) interface feed through in glove box that consist of 0.25 inch NPT female; (6) shall have eight (8) BNC interface feed through connections; (7) shall have one (1) dual electrical junction box inside inert glove box area; (8) shall have one (1) workstation ionizer without fan for static electricity control; (9) shall have a fluorescent light with 30 W power (or similar) and reflector; (10) shall have adjustable shelves inside box that are at least 8 inches deep and 24 inches wide; (11) shall have glove port cover for protection of inert atmosphere during glove change; (12) the glove material shall be constructed out of butyl rubber or other inert flexible material and (13) the glove box inert gas pressure shall be controllable through a foot pedal device to maintain a variable working pressure, glove box must be able to maintain a constant internal pressure of inert gas and have the ability to vary the internal gas pressure by a user via a foot petal that is located on the floor. (B) Stand meeting or exceeding the following required specifications: (1) shall be constructed of a corrosion resistant material, stainless steel is preferred; (2) shall have the ability to level glove box; (3) shall have casters on bottom of stand and (4) Stand height shall not exceed 36 inches tall. (C) Gas Purification System meeting or exceeding the following required specifications: (1) Single purifier; (2) shall have manual isolation valves; (3) shall have a minimum of 20 liters oxygen (O2) and 2 kilograms of water (H2O) absorption capacity; (4) shall have the ability to achieve less than 1 part per million oxygen (O2) at equilibrium; (5) shall have the ability to achieve less than 1 part per million water (H2O) at equilibrium; (6) shall have an outlet filter with a minimum of a 0.3 micron mesh size; (7) shall operate at 120 VAC, 60 Hz and (8) shall have ball purge valves for fast gas transfer. (D) Sample Loading Antechamber consisting of two (2) Antechambers meeting or exceeding the following required specifications: Shall have two (2) antechambers that can be independently pumped out and re-filled with inert gas (argon gas) consisting of the following: One (1) antechamber that is a minimum of 14 inches in diameter and 24 inches long, (a) shall have a clamping handle for ease of sample entry and removal; (b) shall have the ability to be evacuated and re-filled with inert gas (argon gas); (c) shall have a counter weighted door and (d) shall be constructed of corrosion resistant material. Shall have two (2) antechambers that can be independently pumped out and re-filled with inert gas (argon gas) consisting of the following: One (1) (Second) Antechamber mounted on side of glove box, (a) shall be a minimum of 6 inches in diameter and 12 inches long; (b) shall have the ability to be evacuated and re-filled with inert gas (argon gas) and (c) shall be constructed of corrosion resistant material. (E) Oxygen Analyzer meeting or exceeding the following required specification: (1) shall have continuous monitoring and display of glove box oxygen (O2) level from 1 part per million. (F) Water Analyzer meeting or exceeding the following required specification: (1) shall have continuous monitoring and display of glove box water (H2O) level to 1 part per million. (G) Instrumentation and Control meeting or exceeding the following required specifications: (1) Menu driven computer controlled interface; (2) Programmed control of purifier regeneration; (3) Built in system diagnostics; (4) Safety relay for vacuum pump shutdown; (5) Protection for overheating; (6) The glove box shall have an audible or visible warning if the isolation valves are left open while the system regeneration is initiated; (7) The internal inert gas pressure shall be able to maintained at a set slight positive pressure by the user and shall be able to maintain that pressure. (H) Vacuum Pump shall meet or exceed the following required specification: (1)At least 4.1 cubic feet per minute pumping speed.******The Contractor shall state the warranty coverage provided for all components. At least a one (1) year warranty period is required******Delivery shall be provided no later than 45 days after receipt of an order and shall be FOB Destination. FOB Destination means: 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ******Award shall be made to the offeror whose quote offers the best value to the Government, technical & price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical capability shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Offerors shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the required specifications as identified herein. ******The following provisions & clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.212-1, Instructions to offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 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: (5) 52.219-6 Notice of Total Small Business Set-Aside; (13) 52.222-3, Convict Labor; (14) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52-222-26, Equal Opportunity; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (21) 52.225-1 Buy American Act-Supplies; (24) 52.225-13 Restriction on Certain Foreign Purchases and (30) 52.232-33, Payment by Electronic Funds Transfer-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 offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) copies of 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.arnet.gov/far.******All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ******Submission shall be received by 3:00 p.m. EST on April 12, 2004. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Purchasing Agent (Joni Laster) @ joni.laster@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. ***
 
Place of Performance
Address: 100 Bureau Drive,, Gaithersburg, Maryland
Zip Code: 20899
Country: USA
 
Record
SN00558102-W 20040403/040401211749 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.