Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2012 FBO #3942
SOLICITATION NOTICE

J -- Repair a TGA Oven

Notice Date
9/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-12-RQ-0762
 
Archive Date
9/28/2012
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Carol A. Wood, Phone: 301-975-8172
 
E-Mail Address
carol.wood@nist.gov, carol.wood@nist.gov
(carol.wood@nist.gov, carol.wood@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. This solicitation is a Request for Quotation (RFQ) for commercial services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219. The small business size is $19.0M. This requirement is being procured using full and open competition. The National Institute of Standards and Technology (NIST), Materials and Structures Division of the Engineering Laboratory requires the repair the oven and power supply of a NIST-owned TA Instruments Q500 Thermogravimetric Analyzer (TGA). The TGA instrument is used to measure the mass of thermally decomposing materials in different environments. The instrument is used for measurements that relate to the development of service life prediction models for nanocomposites, PV materials, and scratch resistance coatings. The current TGA in the Engineering Laboratory is no longer operational. The instrument oven is no longer operational due to inoperable oven windings and the instrument will not turn on due to an inoperable power supply. The Contractor shall repair this instrument and restore it to manufacturer's specifications. Responsible quoters shall provide pricing for all of the following line items: LINE ITEM 0001: The Contractor shall provide labor, materials, parts, and equipment necessary to repair the NIST-owned TA Instruments Q500 TGA. The Contractor shall supply and install the parts and equipment required to repair the oven and power supply on the TA Instruments Q500 TGA. The replacement parts and equipment must be new. Used or remanufactured parts and/or equipment will not be considered for award or accepted by the Government. Parts and equipment shall be original equipment manufacturer (OEM) parts or equivalent. The Contractor shall install replacement parts and equipment (oven and power supply), the Contractor must demonstrate that the instrument operates in accordance with manufacturer specifications. The Contractor must be a service engineer or service technician who has demonstrated experience repairing relevant TA Instruments equipment. The Contractor shall schedule the repair, in advance, with the NIST Technical Contact, (to be identified upon award.) The Contractor shall repair the equipment and perform two heating runs at 0.1 and 100 C/min with empty platinum pans from room temperature to maximum temperature and verify that the instrument performs with 0.01 C/min increments. One heating run must be with empty platinum pans from room temperature to 1000C and must verify 50 micro*g drift from ambient to 1000 degrees C. Isothermal temperature hold for 30 minutes at 200 C and 800 C to verify accuracy plus or minus one degree C. NIST will provide all necessary equipment for the two heating runs. All work shall be completed within 20 days from date of award. The Contractor must warranty the parts and labor for a period of one year from the date of acceptance of work by the Government. Final payment denotes acceptance. DELIVERY Delivery terms shall be FOB Destination. 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 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 NIST will inspect to ensure that the TGA Q500 is fully functional in accordance with manufacturer's specifications with respect to the repairs performed. EVALUATION CRITERIA AND BASIS FOR AWARD Award shall be made on a Technically Acceptable/Low Price basis. Technically Acceptable means that: 1. The Contractor is, or will provide the services of a service engineer or service Technician who has experience repairing the same or similar TA Instruments equipment; 2. The Contractor can provide the parts to repair the instrument; and 3. The Contractor has a satisfactory or better record of past performance. Past Performance shall 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 and/or information provided by NIST and its affiliates. PRICE Price shall be evaluated for reasonableness. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) A technical quotation which includes all of the following: i. Project descriptions which clearly demonstrate that the proposed service engineer or service technician has performed repairs on the same or similar TA Instruments equipment. It is acceptable to submit specifications and/or photographs with project descriptions to further document this experience; ii. For the purpose of past performance evaluation, a list of at least three (3) recent and relevant past performance references. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed; iii. Technical description and/or product literature for the proposed replacement equipment. The make, model and specifications of the replacement equipment must be clearly documented in the submission. 2) An FOB Destination, firm-fixed price quotation which includes all costs associated with the repair; 3) This is an Open-Market solicitation to repair equipment as defined herein. The Government intends to award a Purchase Order as a result of this 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. 5) If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. 6) The Dun and Bradstreet Number for the quoter. 7) The quoter must have an active registration at www.SAM.gov, (formerly www.CCR.gov) Refusal to register will forfeit award. 8) If the quoter's representations and certifications are not available at www.SAM.gov, the quoter must provide a completed hard copy of the provision at 52.212-3 Offeror's Representations and Certifications-Commercial Items with their quotation. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received 3:30 PM Eastern Time on September 13, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted. An e-mail quotation shall be considered received when it is received in the electronic inbox of Carol Wood. 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 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, 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 quotes on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. 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, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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 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; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Message While Driving; 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; 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0762/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02872656-W 20120909/120908000710-14d7951ff08a66da0c2f813839732d58 (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.