SOLICITATION NOTICE
66 -- 12KG/25lb Capacity Comparator Balance
- Notice Date
- 7/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333997
— Scale and Balance 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, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-09-RQ-0379
- Archive Date
- 8/11/2009
- Point of Contact
- Joni L Laster, Phone: 301-975-8397, Mary Alice Powe, Phone: 301-975-8567
- E-Mail Address
-
joni.laster@nist.gov, maryalice.powe@nist.gov
(joni.laster@nist.gov, maryalice.powe@nist.gov)
- Small Business Set-Aside
- N/A
- 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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. 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) 2005-33 Effective June 15, 2009. The associated North American Industrial Classification System (NAICS) code for this procurement is 333997 with a small business size standard of 500 employees, however, this requirement is unrestricted and all interested quoters may submit a quotation. The National Institute of Standards and Technology (NIST) has a requirement for a comparator balance to be used in the Mid-Scale (1-50KG) Mass Calibration effort. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency’s requirement. All responsible quoters shall provide a quotation for the following line items: Line Item 0001: Quantity One (1) each, Mettler Toledo Model #AX12004 comparator balance or an equivalent. All equipment must be new. Used or remanufactured equipment will not be considered. The system must meet or exceed all of the following salient characteristics: (1)The balance shall be a complete “turnkey” system, with all components (such as read-outs, appropriate cabling, etc.) needed for independent use. Catalogue (“off-the-shelf”) systems are preferred; (2)Proposed system must be able to be re-certified for performance on a periodic basis as required by the Mass Calibration Quality Manual; (3)Multi-position (“turntable”) loading is preferred, however, single-load balances shall be considered; (4)Dial (tare) weights shall be allowed. The array of dial weights and the resulting operating range about the nominal tare shall be specified in the Contractor’s quotation; (5)Capacity: From 0 KG to not less than 12 kg/25 lb; (6)Resolution/Readability:0.1 MG; (7)Repeatability: Not Greater Than 0.25 MG @ 10KG Load; (8)Pan Size: 200 mm Diameter Minimum; (9)Two copies of the appropriate manuals that describe general operation and maintenance of the system must be provided Line Item 0002: Quantity Two (2) each, Equipment manuals that describe the general operation and maintenance of the system shall be provided Line Item 0003: Installation: The Contractor shall provide inside delivery and installation for the system. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the equipment, demonstration of all required specifications, and removal of trash. Installation shall be done at NIST in the Mass Laboratory, Building 219-G0007, 100 Bureau Drive,, Gaithersburg, MD. Line Item 0004: Contractor shall provide commissioning of the system after installation, and a report of system performance shall be provided after commissioning to validate satisfactory completion of the contract. The Government reserves the right to make such tests as desired within 30 days after receipt of the certification of system performance to validate compliance with the agreed upon specifications of the systems. Line Item 0005: Training: The contractor shall schedule and facilitate one (1) appropriate training session for no less than two members of NIST staff on each system after installation and certification to be held on-site at NIST in Gaithersburg, MD. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. Warranty: The vendor shall provide a minimum warranty period of one year from date of receipt and acceptance by the Government. Contractor shall state the warranty coverage for the equipment. Delivery, Installation, Commissioning and Training shall be provided no later than 90 days from receipt of an 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 all line items to NIST, Building 301, Gaithersburg, MD 20899. Evaluation Criteria : 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, and 3) Price. Technical capability and past performance shall be more important than price. Of the non-price factor’s, technical capability shall be the most important. Technical Capability: Technical capability shall be evaluated to determine the Contractor’s ability to successfully complete the requirements as stated herein. Product literature shall be evaluated to determine that the proposed equipment will meet or exceed all of the Governments required minimum specifications as reflected herein. Contractor shall also include in addition to product literature the following: (1)a separate list of exceptions (desired performance specifications that the proposed system cannot meet), and a separate list of exceedences (desired performance specifications that the proposed system can exceed); (2)Proposal shall also specify the following: *Req’d Thermal Conditions; *Req’d Humidity Conditions; *Available mechanisms to mitigate off-axis loading (with pricing); *Available air flow shielding (with sizes and pricing); *Available electronic control unit, data display output, computer hardware interfaces and communication protocols; *Available ability for automated data collection via either vendor’s PC-based software or NIST written PC-based software using vendor’s communication protocols; *Available documentation; operator’s manual, communication protocols; *Provisions for the installation/incorporation of environmental inputs ; *Power requirements; *Methodology used for the computation of repeatability In evaluating technical capability, strongest consideration shall be given to equipment that exceeds the minimum specifications as stated above in specifications (1) and (3). Past Performance will be evaluated to determine the overall quality of the product & services provided and the Contractor’s history of successfully meeting delivery schedules. 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. 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 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: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor – Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act w/ALT I 52.225-13 Restriction on Certain Foreign Purchases; 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 quoters shall submit the following: 1)An original and one (1) copy of a quotation which addresses all of the above line items; 2)Include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, which clearly documents that the offered product(s) meet or exceed the specifications stated above and meet the needs of the Government in essentially the same manner as the brand name; 3) Description of commercial warranty; 4) Offerors must provide 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; the date of delivery or the date services were completed and a description of the equipment sold to each reference; 5) a current copy of the Contractor’s price list or catalog pages that contain pricing for the equipment/services defined within the Contractor’s quotation 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 3:00 PM local time, on July 27, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@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 301-975-8397. 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 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-mail quotes ARE acceptable. Fax quotes will NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0379/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01874019-W 20090715/090714000454-d4a234793586397c1f12c53aa35348fa (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 |