Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2013 FBO #4270
SOLICITATION NOTICE

66 -- Photovoltaic Module Laminator

Notice Date
8/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component 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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
NB731040-13-03624
 
Archive Date
8/27/2013
 
Point of Contact
Prateema E. Carvajal, Phone: 301-975-4390, Donald Collie, Phone: 301-975-6485
 
E-Mail Address
prateema.carvajal@nist.gov, donald.collie@nist.gov
(prateema.carvajal@nist.gov, donald.collie@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 SHALL 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) 2005-68. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419 with a small business size standard of 500 Employees. This requirement is 100% set aside for small business. *** BACKGROUND INFORMATION: The small scale automatic photovoltaic module laminator is designed for making small encapsulated photovoltaic (PV) laminates for the research and technical purposes. Only with this equipment, appropriate sized samples can be fabricated using small amount of materials for the development of measurement science for degradation and lifetime prediction of PV polymers, and this will ultimately lead to standard development for the US solar energy industry. All offorers shall provide a quote for the following Line Item(s): Line Item 0001: One (1) each, Photovoltaic Module Laminator System The Contractor shall meet the following minimum specifications: This laminator shall be an automated photovoltaic module laminator, producing laminate with maximum dimensions of 600 mm x 600 mm and thickness up to 30 mm. It shall possess the following components and meet following requirements: 1) Heating System The basic module shall have an electrical heating system that can reach 180°C, with optional heating up to 250°C. The heating plate area is about 610 mm x 610 mm, and the temperature distribution on heating plate area during heat up and within steady state shall be within+/- 2 %. The heat up and cool down rate is about 7°C/min, and the temperature overflow shall be within+/- 2 %. The heating plate material shall be aluminum with thickness about 25 mm. The useable distance between heating plate area and upper chamber is 30 mm. 2) Vacuum System Noise reduced vacuum pump (40m 3/h) with high resolution vacuum gauge and easy maintenance. The ultimate value of vacuum shall be lower than< 0.5 mbar; the range for the controlled vacuum values within lower chamber is from 0 to 1000 mbar, and the controlled and programmable within upper chamber vacuum values is from 0 to1000 mbar. 3) Control Unit Control Unit shall have manual operation of each single valve, control of heat up and cool down function over parameter temperature, automatic start of preselected working cycle with closing of upper chamber/shell and definition of pressure with switch and over time. In case of breakdown emergency functions can be provided manually. The alert shall be provided if operations has fault such as wrong temperature or wrong pressure values as programmed. The control unit shall have external temperature display with actual temperature and pressure display integrated in control console. 4) External chiller for cooling system Cooling circuit shall be integrated in the laminator. 5) General instructions and requirements • Characteristics Wiring of thermocouples within vacuum chamber fixed Working hour meter integrated Water pipes to/from vacuum chamber is mounted stress relieved Noise reduction of housing Documentation in English • Maintenance Friendly construction design Changeable clamps in the upper chamber for easy membrane changing Easy maintenance/removal of heating plates clutches within vacuum chamber, fixed lead-through • Operational safety Equipment/laminator shall be equipped with safety devices according to UVV. Legal compliance to all, especially to (89/392 EWG und EN 292) is proofed. CE-conformity compliance/mark is mounted on all separate parts of equipment. • Spare parts included in the price Electric heater Thermocouple Silicon Membrane Fiber glass foils 6) WARRANTY shall be a minimum 2 years. It shall meet UL and CE Marking requirements. 7) The modules laminated with this laminator shall have history to produce laminates that pass the safety qualification according to IEC 61730, and the design qualifications required by IEC 61215 for crystalline silicon terrestrial PV modules, or the design qualifications required by IEC 61646 for thin film terrestrial PV modules. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to both the Contract Specialist (prateema.carvajal@nist.gov) and the Contracting Officer (Donald.Collie@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. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. Delivery terms shall be FOB Destination. The contractor shall deliver all line items to NIST, Building 301, Gaithersburg, MD 20899. Evaluation will be based on the following criteria: 1) Technical capability factor "meeting or exceeding the requirement" and 2) Price. Award will be made to the lowest price, technically acceptable quote. 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. Price: Quoted price shall be evaluated for reasonableness. 1352.246-70 PLACE OF ACCEPTANCE (APR 2010) Inspection will be done at the NIST facility. All minimum specifications must be successfully demonstrated. The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm 1352.201-70 Contracting Officer's Authority; 1352.209-73 Compliance with the laws; 1352.209-74 Organizational conflict of interest 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: DONALD COLLIE, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 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: 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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; 52.225-1, Buy America Act-Supplies 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. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) 1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. 2) The Offeror represents that, as of the date of this offer- a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. 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) An original and one (1) copy of the most recent published price list(s); 4) Country of Origin information for the line item. Acceptance of terms and conditions (addendum to FAR 52.212-1(b)(11): This is a 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 shall 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 shall accept the quoted price. However, the terms and conditions stated herein shall 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 12:00 PM, EST, August 12, 2013 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: Prateema Carvajal. Fax quotations shall not be accepted. Email quotations shall be accepted at Prateema.carvajal@nist.gov. Offeror's quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. 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 provided to Prateema Carvajal, 301-975-4390.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB731040-13-03624/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03135471-W 20130803/130802000816-4a8bde0bb1ae944f67af46afca10d23d (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.