Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

66 -- Industrial Theodolites

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0399
 
Response Due
8/13/2007
 
Archive Date
8/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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) 2005-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. The NIST Center for Neurtron Research (NCNR) designs, builds, operates and maintains a suite of cold and thermal neutron scattering instrumentation used in the conduct of material structure research. The instruments which employ cold neutrons for research have the neutrons directed to them via mirrored guides. The alignment of these guides to one another is critical to achieve the optimum transmission of neutrons. The alignment of the instruments with respect to the guides is equally important for the collection of scientific data. The NCNR is under a new expansion directive that will include the construction of a new Guide Hall. This Guide Hall will house at least four (4) instrument guides. The Industrial Theodolites will be used to facilitate the alignment of these guides during installation. The accuracy of the Industrial Theodolites will be key to providing the best possible transmission of neutrons through the guides. Once the guide network has been established, a variety of scientific instruments will be installed and aligned with respect to individual guides. The alignment precision of the instruments with respect to the guides is directly correlated with their peak performance. The National Institute of Standards and Technology (NIST) has a requirement for two (2) each, Industrial Theodolites with Autocollimation Capabilities, and one (1) each, Industrial Theodolite with Distance Measuring Capabilities to be used in the Center for Neutron Research at NIST, Gaithersburg, MD. All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 - The Contractor shall furnish two (2) each, Industrial Theodolites with Autocollimation Capabilities The system shall meet or exceed the following minimum technical specifications: 1. Minimum Specifications for two (2) Industrial Theodolites with Autocollimation Capabilities: 1.1. Autocollimator feature or equivalent 1.2. Angular measurement accuracy of 1 inch (0.0028 degrees) 1.3. Maximum rotation speed 30 degrees per second 1.4. Operational temperature range : 20 to100 degrees Fahrenheit (-6 to 38 degrees Celsius) 1.5. Measurement range 8 to 300 feet 1.6. Shall be portable. Line Item 0002 - The Contractor shall furnish and one (1) each, Industrial Theodolite with Distance Measuring Capabilities. The system shall meet or exceed the following minimum technical specifications: 2. Minimum Specifications for one (1) Industrial Theodolite with Distance Measuring Capabilities: 2.1 Accuracy of 0.5mm for 50 foot measuring volume 2.2 Operational temperature range : 20 to100 degrees Fahrenheit (-6 to 38 degrees Celsius) 2.3 Shall be portable. 2.4 Measurement range 8 to 300 feet Installation/Training/Warranty: 1. The contractor shall schedule and facilitate installation/set-up, if necessary. Specifics regarding shipping and installation requirements shall be discussed with NIST COTR prior to shipment. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the system, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD, within 15 days of delivery to NIST. 2. The contractor shall schedule and facilitate one (1) training session for up to eight (8) staff members at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, but no later than 10 days after installation. The contractor shall provide a list of installation requirements, including house services and furniture, with explanations, as soon as the contract is awarded. NIST will provide any required connections to house services. 3. Quotation must include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation, and a one-year warranty.. This warranty must cover all components and software and travel/labor on-site should this become necessary within the warranty period. Updates and version upgrades of the software shall be provided at no extra cost during the warranty period 4. The contractor shall provide on-site field service (in addition to the warranty) for a period of one-year after receipt and acceptance. Service shall be provided within 5 business days of the initial telephone call from the end user. Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor. Delivery shall be FOB DESTINATION and be completed in accordance with the contractor?s commercial schedule. 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Contractor shall propose specific shipping instructions during the execution of the contract for NIST approval. The following constraints shall apply to shipping: 1.) Contractor shall notify COTR of projected arrival times of delivery at least 2 working days prior to arrival. Notification shall include date and approximate time of arrival, name of shipping company, and name and citizenship of driver(s). (This is for registration with NIST Security). 2.) Deliveries must be scheduled such that they arrive at NIST Gaithersburg between the hours of 7:00 a.m. and 3:00 p.m. EST on Monday through Thursday; 7:00 a.m. and 1:00 p.m. EST on Fridays. Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations 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, when combined, shall be more important than price. Award will be made on a best-value basis. Additional consideration will be given for a system with one or more of the following technical specifications and/or additional capabilities: Line Item 0001: Stronger considerations: 1. Accuracy greater than minimum specification. 2. Portability (ease of maneuverability). 3. Minimum measurement distance. 4. Target tracking speed and range (for the one (1) Theodolite with distance measuring capabilities.) 5. Required measurement setup time. 6. Warranty coverage options and duration. 7. 24 hour, Monday through Friday, US Eastern Standard Time Business Hours, local technical support. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Offerors shall provide a list of at least three (3) references to whom the same or similar products have been sold. 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. Past Experience: Past Experience will be evaluated to determine the degree of vendors? experience in successfully providing comparable systems for the types of applications described herein. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. 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 shall 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?s Registration (CCR); 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) (i) 52-219-6, Notice of Total Small Business Set-Aside (JUN 2003) (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (25) 52.225-1, Buy American Act?Supplies (JUNE 2003); (28) 52.225-13 Restriction on Certain Foreign Purchases; (33) 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 vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s). This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror?s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 3:30 PM local time, on August 13, 2007, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Kim Stavish. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Kim Stavish) @ kim.stavish@nist.gov. 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 shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-2672. NIST is not responsible for late delivery due to the added security measures. In addition, offerors who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall 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 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 shall 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. E-mailed quotes are acceptable and shall be addressed to: kim.stavish@nist.gov. Faxed quotes will NOT be accepted.
 
Place of Performance
Address: 100 Bureua Drive, Gaithersburg, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01356026-W 20070801/070730220247 (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.