Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2011 FBO #3340
SOLICITATION NOTICE

66 -- Alarm Annunciators - NIST DRAWINGS

Notice Date
1/14/2011
 
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
SB1341-11-RQ-0074
 
Archive Date
2/28/2011
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
ANNUNCIATOR AN-5 LIGHTBOX ANNUNCIATOR AN-4 LIGHTBOX ANNUNCIATOR AN-3 LIGHTBOX ANNUNCIATOR AN-2 LIGHTBOX ANNUNCIATOR AN-1 LIGHTBOX 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) 2005-48. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees; however, all interested parties may submit a quotation. The National Institute of Standards and Technology (NIST) has a requirement for replacement alarm annunciators that must fit into existing panel cutouts. All equipment must be new; used and/or remanufactured equipment will not be considered for award. 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, Ametek Model #90A-PM-4x5-NPB-IMW-70-W-FRM-NR-B-X-TP-MB-ETH-SERFR-GF-HN or equal: Panalarm annunciators; LINE ITEM 0002: Quantity one (1) each, Ametek Model #90A-PM-2x6-NPB-IMW-42-W-FRM-NR-B-X-TP-MB-ETH-SERFR-GF-HN or equal: Panalarm annunciators; LINE ITEM 0003: Quantity one (1) each, Ametek Model #90A-PM-2x8-NPB-3-47-W-FRM-NR-B-X-TP-MB-ETH-SERFR-GF-HN or equal: Panalarm annunciators; LINE ITEM 0004: Quantity one (1) each, Ametek Model #90A-PM-4x8-NPB-IMW-56-W-FRM-NR-B-X-TP-MB-ETH-SERFR-GF-HN or equal: Panalarm annunciators; LINE ITEM 0005: Quantity one (1) each, Ametek Model #90A-PM-2x8-NPB-3-47-W-FRM-NR-B-X-TP-MB-ETH-SERFR-GF-HN or equal: Panalarm annunciators; LINE ITEM 0006: Quantity one (1) each, Ametek Model #90A-PM-1x3-NPB-IE-3-W-FRM-NR-B-X-TP-MB-ETH-SERFR-GF-HN or equal: Panalarm annunciators; The equipment must meet all of the salient characteristics of the brand name identified below to be considered an equivalent: The semi-flush mechanical annunciator panel must fit into existing cutouts without any modifications to the existing control room panel. Depth behind the panel shall not be greater than 10 in. Each cell may have up to 4 inputs. The configuration requirements are as follows: Line Item 0001: a. Shall fit within 14 in x 17.5 in existing cutout; b. 4 Cells high x 5 Cells wide c. multiple displays per cell with a minimum of 70 active points d. 10 triple cell and 10 quad cells arranged per NIST drawing number E-70-AN1, "ANNUNCIATOR AN-1 LIGHTBOX" Line Item 0002: a. Shall fit within 7.125 in x 21 in existing cutout b. 2 cells high x 6 cells wide c. multiple displays per cell with a minimum of 42 active points d. 6 triple cells and 6 quad cells arranged per NIST drawing number E-70-AN1, "ANNUNCIATOR AN-2 LIGHTBOX" Line Item 0003: a. Shall fit within 7.125 x 28 in existing cutout b. 2 cells high x 8 cells wide c. multiple displays per cell with a minimum of 48 active points d. 16 triple cells arranged per NIST drawing number E-70-AN3, "ANNUNCIATOR AN-3 LIGHTBOX" Line Item 0004: a. shall fit within 14 in x 28 in existing cutout b. 4 cells high x 8 cells wide c. multiple displays per cell with a minimum of 56 active points d. 16 single cells, 8 double cells and 8 triple cells arranged per NIST drawing number E-70-AN4, "ANNUNCIATOR AN-4 LIGHTBOX" Line Item 0005: a. shall fit within 7.125 in x 28 in existing cutout b. 2 cells high x 8 cells wide c. multiple displays per cell with a minimum of 48 active points d. 16 triple cells arranged per NIST drawing number E-70-AN5, "ANNUNCIATOR AN-5 LIGHTBOX" Line Item 0006: a. shall fit within 3.625 in x 10.5 in existing cutout b. 1 cell high x 3 cells wide c. multiple displays per cell with a minimum of 3 active points d. 3 single cells arranged per NIST drawing number E-70-AN4 In addition to the above line item specific characteristics, all line items should meet the following salient characteristics: e. Each cells display shall be in a white window and not permanent f. Each panel shall be capable of transmitting and receiving alarm status via Ethernet using the Modbus TCP protocol. Communication shall be via an OPC Server to a SCADA System. Alarm messages shall be time stamped with an accuracy of at least 10 msec g. External controls can acknowledge, test and reset individual alarms. An alarm input shall result in an individual flashing display and a horn. An external control shall silence the alarm and cause to individual display to change from flashing to solid. Upon loss of alarm input the solid display shall start to flash. A second external control shall clear the flashing display if no alarm input is present. A third external control shall be able to test all alarm inputs at once. h. 24VDC field contact voltage internally supplied with common system-wide return i. ground fault detection j. each display shall have separate LEDs k. system shall provide indication of failed LEDs l. system shall be able to perform internal self diagnostics Warranty The Contractor shall provide, at a minimum, a one year warranty for the equipment. The Contractor shall state the warranty coverage for the equipment. Delivery shall be within 60 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. Award shall be made to the lowest priced, technically acceptable quoter. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. Quotes shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and CLEARLY DOCUMENTS that the offered products meet or exceed the salient characteristics of the brand name specifications stated above. Price: Price shall be evaluated for reasonableness. 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: 52.211-6 Brand Name or Equal; 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 Re-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; 52.223-18, Contractor policy to ban text messaging while driving; 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 line items; 2) For the purpose of evaluating technical capability: Technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addressed all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein. 3) Description of commercial warranty; 4) 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; 5) 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 January 28, 2011 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. Quoters must submit all questions concerning this solicitation in writing to joni.laster@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. 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. E-mail quotes ARE acceptable. Fax quotes will NOT be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0074/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02361126-W 20110116/110114234601-b940fe92cfd07c04f5bf25445fbdaddd (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.