Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOLICITATION NOTICE

66 -- 66-Vacuum Balance and Separate Weight Handler

Notice Date
8/24/2006
 
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-0688
 
Response Due
8/31/2006
 
Archive Date
9/15/2006
 
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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is being procured using full and open competition. The Mass & Force Group of the Manufacturing Metrology Division at NIST maintains and disseminates the National Kilogram Standard for the United States of America. As part of its mission, it is currently involved in research to develop a new method for vacuum mass measurements. A 10-kilogram vacuum mass comparator with integrated weight handler (vacuum balance) and separate weight handler (weight handler) are required for this purpose. The vacuum balance and weight handler will be installed inside a NIST-provided vacuum chamber setup. As such, the Vendor shall provide to NIST key dimensions needed to install the vacuum balance and weight handler inside the provided vacuum chamber setup (which is to be purchased). The specifications of the vacuum balance and weight handler follow. The Government notes that the vacuum chamber setup has been designed, however, has not been manufactured to date. NIST intends to manufacture the vacuum chamber within sufficient time to allow delivery and installation of the vacuum balance and weight handler to be installed inside of the vacuum chamber. The design of the vacuum chamber shall be adjusted based on the dimensions of the vacuum balance and weight handler selected. A design drawing of the vacuum chamber can be provided by e-mail. Quoters must submit a written request for the drawing to Contract Specialist Carol Wood at carol.wood@nist.gov. Installation of the vacuum balance and weight handler into the vacuum chamber will be negotiated at a later date. Reference the ?ADDITIONAL REQUIREMENT? section of this solicitation. All interested parties shall provide a quote for the following line items: LINE ITEM 0001: Quantity one each 10-KG Vacuum Balance meeting or exceeding all of the following required specifications: a. Be vacuum compatible, 0.1 to 0.01 Pascal; b. Must have under pan weighing capability with direct access and no obstruction; c. Have a 10 kilogram or larger maximum capacity; d. Have a readability of 10 micrograms or better; e. Have a repeatability (standard deviation of 10 comparison weighings) of 20 micrograms or better; f. Have a linearity or electronic weighing range of plus or minus 50 micrograms; g. Have a typical stabilization time 30 seconds or less; h. Contain two or more built-in dial weights, e.g., 2 kg, 1 kg; i. Have a sensitivity drift of plus or minus 1 ppm/deg C; j. Contain an integral weight handler for the automatic comparison of four (4) equal weights; k. For heat sources that might exist inside the balance, limit them, such that they do not affect the balance accuracy and repeatability; l. All components of the vacuum balance are to be made of non-magnetic materials to the maximum extent practicable. Source or generators of magnetism in the vacuum balance are to be minimized and their locations documented. It is preferable to not have moveable magnetic materials. If stainless steel is used then it must be non-magnetic. It is desirable that given a maximum 10 milligauss change in magnetic field within 1 foot (30.5 cm) of the surface of the balance housing (caused by a magnetic field source outside the vacuum balance) will cause no more than a 10 to 20 microgram change in the vacuum balance reading; m. Must have a separate control unit that could be placed at least 2 meters away from balance; computer interface, RS-232C data interface (preferably USB) or other standardized communication protocol; n. AC adapter, Voltage: 115V/230V (minus 15 percent to plus 10 percent); Frequency: 60 Hz; o. Complete software for the normal operation and testing of the vacuum balance must be provided. NOTE: NIST intends to write software, in house, to meet NIST?s special operational needs. The Contractor shall give NIST full operational control over the entire system ? i.e., for the programming of all equipment/components in the system and to have full access to communications protocols to each device, as applicable; p. OPTIONAL FEATURE: Current balance designs incorporate motors inside the balance. While this design is acceptable as a minimum, it is preferred for vendors to propose a modification to their existing design to relocate the motors from inside the balance to outside the balance housing for mounting outside the NIST-provided vacuum chamber setup. LINE ITEM 0002: Separate Weight Handler: a. Must have a turntable with four (4) weight positions; b. Must have the capability to handle four weights of 1-kilogram mass; c. Must have the capability to be controlled by a computer (e.g., PC) for automated handling of four weights; d. Must be compatible with vacuum conditions, 0.1 to 0.01 Pascal; e. Must have a drive mechanism which moves the handler vertically up to 10 millimeters. The weight handler?s turntable shall be able to move a weight vertically up to 5 millimeters; f. Must have a computer interface, data interface (preferably USB) or other standardized communication protocol. g. Must have documentation for the communication protocol for the weight handler. NIST intends to write computer programs to control the weight handler. h. If available, control software for the normal operation and testing of the weight handler. LINE ITEM 0003: DEMONSTRATION OF EQUIPMENT SPECIFICATIONS: The Contractor shall install the equipment in suitable locations provided by NIST for the testing of equipment performance in air. Reference required submissions for information necessary to be submitted with the quotation with respect to installation. The Contractor shall demonstrate the performance of the vacuum balance and handler only in air. NIST will provide a suitable location for the temporary installation of the vacuum balance and weight handler. The performance of the vacuum chamber and weight handler shall be demonstrated to determine that it meets the specifications required in Line Items 0001 and 0002 above, however the Government notes that it may not be possible for the Contractor to demonstrate under-pan weighing of the vacuum balance at this time. When the NIST-provided vacuum chamber is ready, the Contractor will be contacted to negotiate a purchase order to return to NIST for the installation of the vacuum balance and weight handler in the vacuum chamber. LINE ITEM 0004: WARRANTY: The Contractor shall provide a minimum one year warranty for all equipment. Warranty shall commence upon completion of installation and successful demonstration of specifications. Warranty shall be on-site at NIST Gaithersburg, and include all parts, labor and travel. Contractor personnel responding to warranty calls must be trained in high precision, mass comparators and their operation under vacuum conditions and automatic weight handlers. The Contractor shall provide telephone or e-mail response not later than 24-48 hours after notification of problem by NIST. On-site response is required not later than two (2) weeks from the date of notification unless otherwise agreed during telephone or e-mail response. LINE ITEM 0006: REQUIRED DOCUMENTATION: The Contractor shall provide documentation for the operation of the vacuum balance and handler. User?s manuals, technical specifications and communication protocol shall be provided. OPTION LINE ITEM 0001: SERVICE CONTRACT: The Contractor shall provide a service contract for all equipment. The period of performance of the service contract shall commence upon expiration of the warranty, if the Option Line Item is exercised by the Government. The Contractor shall provide pricing for service contracts for the one year period, following expiration of the warranty. Terms of the service contract shall be identical to the warranty terms. OPTION LINE ITEM 0002: SERVICE CONTRACT: The Contractor shall provide a service contract for all equipment. The period of performance of the service contract shall commence upon expiration of the previous year service contract, if the Option Line Item is exercised by the Government. The Contractor shall provide pricing for service contracts for the one year period, following expiration of the previous year service contract (Option Line Item 0001). Terms of the service contract shall be identical to the warranty terms. OPTION LINE ITEM 0003: SERVICE CONTRACT: The Contractor shall provide a service contract for all equipment. The period of performance of the service contract shall commence upon expiration of the previous year service contract if the Option Line Item is exercised by the Government. The Contractor shall provide pricing for service contracts for the one year period, following expiration of the previous year service contract (Option Line Item 0002). Terms of the service contract shall be identical to the warranty terms. DELIVERY: NIST will not be prepared to take delivery of the vacuum balance and weight handler for at least ten (10) months after award. The Contractor shall arrange their manufacturing schedule to accommodate this schedule. The total period of performance shall not exceed one year from the date of award unless changed by modification. The Contractor shall conform crating/packaging of equipment during delivery to the maximum open door width of 51 inches (129 cm) and height of 94 inches (208 cm). The Contractor shall provide all tools, equipment, and supplies necessary to uncrate, install and test all components of the system; 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 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. ADDITIONAL REQUIREMENT: INSTALLATION, TRAINING AND ACCEPTANCE TESTING OF THE VACUUM BALANCE AND WEIGHT HANDLER AFTER INSTALLATION INTO VACUUM CHAMBER: Upon completion of the NIST-provided vacuum chamber, the Contractor will be contacted to negotiate a contract agreement for the installation of the vacuum balance and weight handler into the vacuum chamber and a demonstration of performance in vacuum and in air. Installation shall include, at a minimum, set-up and hook-up of all equipment inside the NIST provided vacuum chamber, turnkey start-up, demonstration of specifications in vacuum, and removal of all trash. The Contractor shall schedule and facilitate a training session for two (2) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. Installation and training must be scheduled, in advance, with the NIST technical contact. If applicable, training may be conducted immediately following completion of installation. The price of installation into the vacuum chamber, training, and acceptance testing after installation into the vacuum chamber shall be negotiated at a future date. Criteria for acceptance testing shall be also be negotiated. BASIS FOR AWARD AND EVALUATION CRITERIA: Award will be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability: Meeting or Exceeding the Requirement, 2) Past Experience, 3) Past Performance, and Price. Technical Capability, Past Experience and Past Performance, when combined, are equal in importance to price. Award is not contingent on the ?Optional Feature? identified in Line Item 0001. However, if quoted, the Government will consider the purchase of this feature based on the value to the Government, technical merit and price considered. Award is not contingent on the Contractor agreeing to return to NIST to provide installation into the NIST-provided vacuum chamber, however, the Contractor?s concurrence to negotiate this additional work is strongly preferred. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b)(10) and/or the offeror?s recent and relevant procurement history with NIST or its affiliates. Past Experience will be evaluated to determine the degree of vendors? experience in successfully manufacturing comparable systems. The Contractor shall describe their previous experience in manufacturing, assembling and providing similar systems, and explain and demonstrate their experience with high precision mass comparators and their operation under vacuum conditions, explain how their experience is relevant to providing the equipment listed herein. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (7) 52.219-8, Utilization of Small Business Concerns; (9) 52.219-14, Limitations on Subcontracting; (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, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (24) 52.225-5 Trade Agreements; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (31) 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 REQUIRED SUBMISSIONS: All quoters shall submit the following: 1) An original and one copy of a quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature; 3) A list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed; 5) A description of commercial warranty; 6) Sufficient documentation to respond to the Past Experience evaluation criteria; 7) With respect to installation, the following information shall be provided: -Size dimensions of the vacuum balance and weight handler that will be needed for the installation of this equipment inside the NIST-provided vacuum chamber setup; -In addition to the overall size of the equipment, dimensions indicating the location of key features of the equipment shall be included. Key features include: a) the location of the access hole to under-pan weighing in the vacuum balance; b) the footprint of the vacuum balance and weight handler; c) the location of ?feet? or ?mounting points? on the vacuum balance and weight handler; d) the location cabling, power cables, communication cables, etc., coming out of the equipment; e) the location of mechanisms/protuberances outside of the main body of the vacuum chamber and/or weight handler. This may include items that would connect to the vacuum chamber in order to reach outside of the vacuum chamber. f) specifications for any flanges, seals, rings, or other vacuum chamber items that will be needed to accommodate the installation of the equipment inside the vacuum chamber setup. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on THURSDAY, AUGUST 31, 2006. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: Ship to:, NIST, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01124327-W 20060826/060824220327 (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 |
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.