Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2012 FBO #3827
SOLICITATION NOTICE

66 -- Tracer Gas Monitor

Notice Date
5/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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
SB1341-12-RQ-0325
 
Archive Date
6/7/2012
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
joshua.holliday@nist.gov, chon.son@nist.gov
(joshua.holliday@nist.gov, chon.son@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) 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is 100% set-aside for small business. All interested Contractors may provide a quote for the following: Line Item 0001: Quantity One (1) Tracer Gas Monitor, which shall meet or exceed the following minimum specifications: General Requirements: 1. Must incorporate a gas chromatograph optimized for the detection of sulfurhexafluoride (SF6) with the ability to accurately quantify concentrations at levels from 500 parts per billion (ppb) down to 100 parts per trillion (ppt). 2. Must provide automated capability for the quantitative evaluation of ventilation performance, contaminant migration, hazardous material leakage, and fluid (gas/air) flow rate using tracer gas techniques. 3. Must be able to measure infiltration and exfiltration rates in multiple zones. Automatic Sampling: 1. Must have the required electronic and software interface to control sampling from nine (9) different ports/locations. 2. Sampling order must be programmable such that locations can be sampled sequentially (1, 2, 3...) or in random order (3, 1, 2...). 3. Must be able to collect and analyze samples from distances up to 300 feet. 4. An electronic interface must be provided with an analog card that can read up to 26 analog channels of voltage inputs. Injector Module: 1. Must have five (5) location multiple location tracer gas injectors using five (5) mass flow controllers, each calibrated with a minimum accuracy of +/- 2% of reading, and repeatability of 0.5% full scale. 2. The five (5) mass flow controllers must have a full scale range of two (2) with 50 cc/min, two (2) with 200 cc/min, and one (1) with 1000 cc/min. 3. Electronics and software must automatically read each electronic flow meter and correct the flow rate for injection gas composition. 4. User must be able to set injection cycle duration (time between consecutive injections). 5. Must be able to use the injection zones' tracer gas concentrations at the end of the cycle to calculate and inject the proper amount of tracer gas for each injection location to meet their original target concentration level. Automated Two Point Calibration: 1. Must have the option of adding two internal calibration cylinders and internal software to perform a two point automated field calibration. Warranty: Please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty 2. What is included? (Parts, Labor) 3. Is the warranty on-site or return to vendor? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? Delivery: Delivery shall be made to NIST, 100 Bureau Drive, Gaithersburg, MD 20899. 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. Inspection and Acceptance Criteria: The Government will inspect and accept the equipment within one (1) week after installation is completed. Upon delivery, and again during unpacking, NIST will inspect for shipping damage and lost or missing equipment. The equipment will be run and examined for conformance to NIST specifications. Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror 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. Clauses: 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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Rerepresentation 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 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR. 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. Instructions to Offerors: Central Contractor Registration: In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations: Offerors shall submit their quotations so that NIST receives them not later than 03:00PM Eastern Time on Wednesday, May 23, 2012. Quotations must be submitted via e-mail at joshua.holliday@nist.gov. Fax quotations will NOT be accepted. Quotations will not be deemed received by the Government until it is entered into the e-mail address inbox set forth above. Quotation Instructions: The offeror 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. A list of Past Performance references which include the contact's name, phone number, and email address. 4. A description of the warranty. 5. An original and one (1) copy of the most recent published price list(s). 6. Country of Origin. Basis for Award Determination/Technical Evaluation Criteria: Award shall be made to the offeror whose quote offers the best value to the Government. Technical Capability, Past Performance, and Price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Minimum Specifications," 2) Past Performance and 3) Price. Technical Capability, and Past Performance, when combined, shall be approximately equally important to Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Past Performance: The Government will evaluate the offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the offeror's past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Price: Quoted price will be evaluated for reasonableness.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0325/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02748992-W 20120517/120516000630-d027d080b8afe064e5ad7daecf4deac3 (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.