Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2009 FBO #2816
SOLICITATION NOTICE

43 -- Edwards Dry Mechanical Pumping System

Notice Date
8/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment 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-0501
 
Archive Date
9/1/2009
 
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) 2005-35 to include amendments from FAC 2005-33 and FAC 2005-34, effective July 15, 2009. The associated North American Industrial Classification System (NAICS) code for this procurement is 333911 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 one (1) Edwards Turbo Pumping Station, Part # NRY15B000 with the option to purchase two (2) additional systems within a five (5) year option period. The required equipment must be new. Refurbished and or remanufactured equipment shall not be considered for award. This acquisition is restricted to the brand name only. Only the Edwards Turbo Pumping Station, Part # NRY15B000 and required components shall be considered for award. These pumping systems will be direct replacements for identical systems already in use and serve as back up to the existing systems for replacement parts that are 100% compatible and interchangeable with the existing systems. The EXT75DXH turbo pump is the replacement for the discontinued EXT70H turbo pumps in fielded units. Edwards is the original equipment manufacturer of the existing systems already in use in the laboratory and the only manufacturer that can ensure 100% compatibility as each original equipment manufacturer is different and the systems that are using the Edwards equipment have been configured to accommodate the Edwards pumping systems only. All interested Contractors shall provide a quote for the following line item: Line Item 0001: Quantity (1) each, Edwards Turbo Pumping Station, Part # NRY15B000 consisting of the following components: Model EXT75DXH NIST TIC Turbo Pumping Station consisting of: • EXT75DXH turbo pump with NW40 inlet • XDS5 backing pump • TIC Turbo and Instrument Controller 100W • TIC Instrument Controller • TIC Relay Box for Small Backing Pump and Instruments • APG100-L-NW16 Pirani Gauge mounted in the foreline • LCPV25EKA Solenoid Operated Foreline Isolation Valve • PV25EKA Solenoid Operated Right Angle Valve at the EXT inlet • TAV5 Vent Valve • ACX75 Air Cooler • TIC Software Package for remote operation and monitoring • Frame Mounted on Casters, with Locking Casters OPTION LINE ITEMS: The following items are option line items. The contractor shall provide pricing for these items. Price quoted shall be effective for a period of five (5) years from the date of award. Award of option line items is solely at the discretion of the Government. The option line items may be exercised at time of award. (Option) Line Item 0002: Quantity (1) each, Edwards Turbo Pumping Station, Part # NRY15B000 All specifications are as defined in Line Item 0001 (Option) Line Item 0003: Quantity (1) each, Edwards Turbo Pumping Station, Part # NRY15B000 All specifications are as defined in Line Item 0001 The Contractor shall provide a minimum of a twelve (12) month warranty for the equipment. The warranty shall include all parts and labor. Delivery shall be completed no later than 10-12 weeks after 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, Shipping and Receiving, Gaithersburg, MD 20899. Evaluation Criteria : The Government shall award a purchase order resulting from this solicitation to the responsible quoter who quotes the required pumping system at the lowest price. 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: 52.217-5, Evaluation of Options; 52.217-7 Option for Increased Quantity—Separately Priced Line Item. 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 with Alternate I; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and 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 the price quotation which clearly states that the Contractor will deliver all line items, manufactured by Edwards only; 2) A description of the commercial warranty, 3) A statement confirming the country of origin for the system and 4) a copy of the Contractor’s commercial price list. 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 August 17, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should 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-0501/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01904694-W 20090810/090808233554-e20f5bcc6e3c9ddabb4b2df67bb13dfb (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.