SOLICITATION NOTICE
66 -- The National Institute of Standards and Technology is seeking to purchase a Relative Humidity Calibration System.
- Notice Date
- 7/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- 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-0446
- Archive Date
- 8/21/2009
- Point of Contact
- Janet M. Lamb, Phone: 3019756205, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
janet.lamb@nist.gov, todd.hill@nist.gov
(janet.lamb@nist.gov, todd.hill@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 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) 2005-34. *** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees. This requirement is a 100% Small Business Set-Aside. *** *** The National Institute of Standards and Technology is seeking to purchase a Relative Humidity Calibration System. *** The Relative Humidity Calibration System (RHCS) consists of two parts: a humidity generator, and a high accuracy chilled mirror humidity sensor. The specifications for each part are listed below. ***All interested Contractors may provide a quote for the following: Line Item 0001: Quantity One (1) Relative Humidity Calibration System, which shall meet or exceed the following minimum specifications: Humidity Generator Specifications 1.Must use “two pressure” principle for generating humidity 2.Automatically supplies relative humidity, dew point, and frost point values 3.Must be completely automatic (operates unattended). Desired humidities, temperatures, and time intervals must be programmable, with visual indications of system status displayed in real time. 4.Relative humidity range: 10 % to 95 % 5.Relative humidity resolution: 0.05 % 6.Accuracy: ± 0.5 % relative humidity 7.Frost point temperature range: -18 oC to 0 oC 8.Dew point temperature range: -20 oC to 50 oC 9.Chamber temperature measurement resolution: 0.02 oC 10.Chamber temperature control stability: ± 0.04 oC 11.Chamber temperature uniformity: 0.1 oC 12.Chamber temperature measurement accuracy: 0.05 % 13.Chamber temperature cooling rate: 4 minutes per oC 14.Chamber temperature heating range: 2 minutes per oC 15.Saturation pressure range: 5 to 150 PSIA 16.Saturation pressure accuracy: ± 0.15 PSIA 17.Saturation pressure resolution: 0.02 PSIA 18.Test chamber pressure range: ambient 19.Test chamber pressure resolution: 0.02 PSIA 20.Test chamber pressure accuracy: 0.15 PSIA 21.Gas type: air or nitrogen 22.Gas pressure rating: (maximum allowable working pressure):175 PSIG 23.Gas flow range: 1 L/min to 10 L/min 24.Gas flow resolution: 0.01 L/min 25.Gas flow rate accuracy: ± 1.0 L/min 26.Computer control system based on the Microsoft Windows operating system 27.Chamber and saturation temperatures controllable to any value between 10 oC and 60 oC 28.Computerized internal transducer calibration 29.Computes system uncertainties in real time 30.Automatically applies enhancement factors 31.Thermoelectric heating and cooling; no refrigerants used 32.Unit must be easily portable, e.g., mounted on a utility cart 33.USB and Ethernet interfaces available for remote communication 34.Must operate with an oil-less compressed air system with a membrane dryer 35.Electrical power: 100/240 V, 6A, 50/60 Hz 36.Gas supply: 155 psiG to 175 psiG at 0.5 scfm 37.Environmental operating temperature: 15 oC to 30 oC 38.Environmental humidity: 5 % to 95 % non-condensing Chilled Mirror Humidity Sensor Specifications 1.Measuring range for frost/dewpoint: -50 oC to +20 oC 2.Measuring range for % Relative humidity: 5 % to 100 % 3.Measuring range for temperature: -50 oC to +150 oC 4.Accuracy for frost/dew point: ± 0.1 oC 5.Accuracy for Temperature: ± 0.1 oC 6.Reproducibility for frost/dewpoint: ± 0.05 oC 7.Reproducibility for temperature: ± 0.05 oC 8.Thermoelectric mirror cooling: 3-stage, 80 oC depression 9.Cooling: air 10.Digital I/O: RS-232 11.Gas couplings: ¼ inch Swagelok 12.Mirror temperature sensor: 100 ohm platinum resistance thermometer 13.Sample gas flow rate: 0.2 to 1.0 L/min 14.Sample gas circuit material: Teflon (PTFE) 15.Operation temperature: -10 oC to +40 oC 16.Ambient humidity: 90 % relative humidity (maximum), non-condensing 17.Voltage: 100/240 VAC, 50/60 Hz 18.Power: 200 watts 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. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Relevant Experience, and 4) Price. Technical Capability, Past Performance, and Relevant Experience, when combined, are more important than Price. Award shall be made on a best value basis. ****Evaluation of Technical Capability shall 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 CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, 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 provided by NIST or its’ affiliates. Quoters 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. Relevant Experience shall be evaluated to determine the extent of the Contractor's experience and knowledge in providing similar calibration systems. Evaluation of relevant performance may be based on contracts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. Inspection and Acceptance Criteria: 1.Visual and physical check at NIST laboratory for adherence to design 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. *** 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: 1.52.212-4 Contract Terms and Conditions—Commercial Items; 2.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: a.52.219-28 Post Award Small Business Program Rerepresentation b.52.222-3 Convict Labor c.52.222-19 Child Labor – Cooperation With Authorities And Remedies d.52.222-21 Prohibition of Segregated Facilities e.52.222-26 Equal Opportunity f.52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans g.52.222-36 Affirmative Action for Workers with Disabilities h.52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans i.52.225-3 Buy American Act-NAFTA j.52.225-13 Restriction on Certain Foreign Purchases, and k.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 Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) A list of three (3) references which includes the contact’s name, phone number, and e-mail; 6) Country of Origin information for each line item.*** *** FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. *** 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. ***Submission shall be received not later than 1:00 p.m. local time on August 06 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Janet Lamb. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. 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, Building, 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-U.S. 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. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Janet Lamb) @ janet.lamb@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. ***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0446/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01882388-W 20090723/090722001022-b47cd28ac73c6da932f6bb77983b74db (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 |