SOLICITATION NOTICE
66 -- UIM2004
- Notice Date
- 5/19/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-06-Q-0395
- Response Due
- 5/31/2006
- Archive Date
- 6/15/2006
- 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) 2005-09.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** The National Institute of Standards and Technology is seeking to purchase Two (2) Circuit Equipment Corporations (CEC) Ultrasonic Interferometer Manometer (UIM) RF Electronics (CEC Model # UIM2004). This system must include a one year warranty and two year unlimited telephone and e-mail technical support. ***Line item 0001 is a BRAND NAME ONLY requirement. This brand name product is required because it is the only brand that will ensure 100 percent compatibility and interchangeability with existing equipment, wiring, and software currently owned by NIST. *** ***All responsible Contractors shall provide a quote for the following: Line Item 0001: Quantity Two (2) Ultrasonic Interferometer Manometer (UIM) RF Electronics ?Circuit Equipment Corporation, Model # UIM2004. OPTION LINE ITEM- Line Item 0002: Quantity One Service Call. The UIM2004 shall be connected to an existing NIST 160 kPa UIM, and a NIST 140 Pa UIM. The service call shall include: 1) One on-site visit for testing and/or tuning of the UIM2004 unit to interface with one NIST?s existing Ultrasonic Interferometer Manometer Pressure Standards (160 kPa UIM, 360 kPa UIM, 140 Pa UIM, or 13 kPa UIM). The service call, if exercised, shall be complete not later than one year from the date of award. Upon receipt of the units, the following testing shall be completed prior to final acceptance by the Government: 1) Each unit shall be installed by NIST; 2) Each unit shall be tested by NIST for proper operation in the measurement of pressure on-site at NIST by qualified personnel; 3) The new UIM electronics shall interface with existing NIST equipment, wiring, and software without modification; 4) Acceptance criteria of the units, Model UIM2004, shall be based on a comparison between the NIST 160 kPa and the 360 kPa Mercury UIMs using existing NIST data acquisition and control software. The comparison shall use the new electronics in the 160 kPa UIM, 140 Pa UIM, or 13 kPa Differential UIM while previously qualified/existing electronics are used in the 360 kPa UIM to simultaneously measure a nominal pressure of 0.1 kPa in the case of the 140 Pa UIM, 10 kPa in the case of the 13 kPa UIM and 20 kPa in the case of the 160 kPa UIM. 5) This process shall be repeated with existing electronics in the 160 kPa, 140 Pa UIM, and 13 kPa Differential UIM. 6) The difference in pressure obtained shall be within plus or minus 2 ppm of the result obtained when the existing electronics are used in both UIMs. 7) Full range operation must also be demonstrated for each manometer, 160 kPa UIM (1 Pa to 160 kPa), 140 Pa UIM (0.01 Pa to 140 Pa) and 13 kPa Differential UIM (1 Pa to 13 kPa) relative to 100 kPa reference line pressure. 8) NIST may substitute comparison of different manometers with the use of a piston gauge to generate the 10 kPa and 20 kPa test pressures. If the equipment does not meet the required specifications after testing by NIST, Option Line Item 0002 may be exercised. If the Contractor?s testing and tuning is also unsuccessful in achieving the required specifications, the equipment shall be returned to the Contractor and the purchase order terminated at no cost to the Government. ***The Contractor shall state the warranty coverage provided for the equipment. *** ***The first unit shall be completed and delivered not later than 2 weeks after receipt of an order. The second unit shall be completed and delivered not later than 16 weeks after receipt of order. Delivery terms 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 20899-1640. *** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance, past experience & price shall be considered. The Government will evaluate information based on the following evaluation criteria: 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 of equal importance to price. If Technical Capability, Past Performance, and Past Experience are equivalent, price shall be the determining factor. *** Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall provide documentation of their ability to deliver the equipment required under Line Item 0001 and detailed documentation of their capability to successfully satisfy the requirements of Option Line Item 0002. Quoters that do not address both of these line items shall not be considered for award.*** Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. Past Experience The Contractor shall describe their past experience performing similar work; explain how their experience is relevant to this project and how their experience will ensure successful completion of the project. *** The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.*** ***The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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: (14) 52.222-3, Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (18) 52.222-35 Equal Opportunity for Special Disabled Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37 Employment Reports on Special Disabled Veterans; (24) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act with Alternate II; (26) 52.225-13 Restriction on Certain Foreign Purchases and (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.217-4 Evaluation of Options Exercised at Time of Award; 52.217-5 Evaluation of Options; 52.217-7 Options for Increased Quantity ? Separately Price Line Item. 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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Items 0001 and 0002; 2) Description of commercial warranty; 3) All information required to address all technical evaluation criteria; and 4) An original and one (1) copy of the most recent published price list(s). ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrea G. Parekh, Building 301, Room B158, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received not later than 3:30 p.m. local time on May 31, 2006. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES ARE ACCEPTABLE. ***
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, MD,
- Zip Code: 20899-1640
- Country: USA
- Zip Code: 20899-1640
- Record
- SN01053650-W 20060521/060519220344 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |