Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2013 FBO #4310
SOLICITATION NOTICE

66 -- NB733010-13-04551 Breathing Simulator

Notice Date
9/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor 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
NB733010-13-04551
 
Archive Date
10/1/2013
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Mimi Robinson, Phone: 301-975-3696
 
E-Mail Address
willie.lu@nist.gov, mimi.robinson@nist.gov
(willie.lu@nist.gov, mimi.robinson@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 ACQUISITION IS BEING PROCURED UTILIZING 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 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 333912, with size standard of 500 Employees. This acquisition is being procured as a total small business set-aside. The Fire Research Division of the Engineering Laboratory (EL) at the National Institute of Standards and Technology (NIST) is developing test methods related to fire fighter self-contained breathing apparatus (SCBA) in support of the Smart Fire Fighting project. The Smart Fire Fighting project is developing test methods related to fire fighter self-contained breathing apparatus (SCBA). A device is needed to accurately simulate the breathing of the SCBA user. The device must simulate the air flow that takes place during the breathing processes of a fire fighter. The simulator will provide breathing simulation to a full size humanoid manikin. All interested Contractors shall provide a firm fixed price quote for the following: All items must be new. Used or remanufactured equipment will not be considered for award Line item 0001: Quantity: One (1) ea. Breathing Simulator that must meet or exceed the following minimum specifications: 1. Apparatus • Volume capacity shall be 5.0 liters or greater, but not to exceed 8.0 liters. • Tidal volume shall be variable and set by the user up to 4.0 liters or greater. • Volume flow rate shall be variable and set by the user. • Peak volume flow rate shall be at least 300 liters per min or greater. • System shall employ user-defined waveforms to simulate breathing patterns. • Breath rates shall be set by the user and range from 0 breaths per minute to 150 breaths per minute or greater. • The user shall have the option to control delivered gas temperature. Peak gas temperature shall be 35 deg C or greater. • Cylinder gas temperature shall be measured with an uncertainty not to exceed plus or minus 1.0 deg C. • Cylinder pressure and airway pressure shall be measured with an uncertainty not to exceed plus or minus 2 percent of full-scale reading. • Gas temperature, airway pressure, piston position, and all other relevant measurements shall be logged and converted from analog to digital values with a resolution of at least 12 bits. • Volume delivery rate must be accurate to within plus or minus 3 percent of the delivered value and supporting uncertainty data shall be provided. • All measurements and measurement conversions shall be continuously recorded to text or ASCII compatible files on an accompanying laptop computer. • The sampling rate of the data acquisition shall be user defined up to at least 200 Hz. • The system shall include at least one analog input channel for auxiliary signals • The system shall include at least one output channel for event marking (example: 5 V TTL compatible signal) Stronger consideration shall be given to the Offeror(s) whose quote exceeds the following technical specifications and/or additional capabilities: • Cylinder gas temperature accuracy of plus or minus 1.0 deg C • All pressure measurements accuracy of plus or minus 2 percent of full-scale reading • Analog-to-digital conversion resolution of 12 bits • Volume delivery rate accuracy of plus or minus 3% • Maximum data acquisition sampling rate of up to at least 200 Hz • A device which simulates breathing using a servo activated piston-cylinder assembly • A device which simulates respiratory events such as coughing and sneezing • A device that delivers a constant flow for either positive or negative direction • A device that monitors barometric pressure • A device that is capable of recording up to 30 minutes of data to a file at the maximum data acquisition sampling rate • Labview based data acquisition and control. • Sensors to measure and report the breathing output wave form in real time. 2. User Interface: A laptop computer shall serve as the user interface to control the device and collect data from the device. The computer shall be a portable laptop PC with an Intel i5 or i7 processor or equivalent operating at 2.5 GHz or greater, 4 Gbyte or greater of RAM, a 320 Gbyte or greater hard disk, a DVD+/-RW optical drive, and a Genuine Microsoft Windows 7 Professional operating system. 3. Warranty: The Contractor shall provide, at a minimum, a one year warranty period for the system. Warranty work shall be completed on-site at NIST or at the Contractor's site, at the discretion of the Contractor. All costs and responsibilities associated with parts, labor, travel and shipping shall be covered under the warranty. The warranty shall commence upon final acceptance by the Government. 4. Installation: The Contractor shall provide installation and testing for the system and software. Installation shall be completed on-site at NIST Gaithersburg and shall include, at a minimum, uncrating/un-packaging of all equipment, set-up and hook-up of the system, turn-key start up including all testing of the system and software, and demonstration of all performance specifications. Line Item 0002: Training The contractor shall schedule and facilitate one (1) training session for two (2) NIST personnel on-site at NIST in Gaithersburg, MD. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, however, not later than 10 days after successful completion of installation and demonstration of performance specifications. Installation and training shall be scheduled in advance with the NIST Technical Contact to be identified at the time of award. Delivery Requirements Delivery, installation, training, and demonstration of performance specifications shall be in accordance with contractor's commercial schedule. 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. Final Acceptance (See also FAR 52.212-4(a)) Final acceptance shall be provided upon successful completion of all of the following: Delivery, installation, training and demonstration of all performance specifications. Evaluation Criteria Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, and 3) Price. Technical capability and past performance, both independently and when combined, are more important price. A) Technical Capability: Evaluation of Technical Capability shall 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 requirements. Quotations that do not demonstrate that the proposed equipment meets all requirements will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. B) Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history. Offerors should provide a list of 3-5 references to whom the same or similar equipment has been provided. Past performance references must include the company/organizations name, contact person, phone number, and e-mail address. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Quotation Submission Instructions: All vendors shall submit the following to Willie Lu, Contract Specialist at willie.lu@nist.gov: 1) An electronic version of a Firm Fixed Price quotation which addresses all of the above items; 2) Technical description and/or product literature; and 3) the most recent published price list(s) with quoted item(s) highlighted. This is an Open-Market Combined Synopsis/Solicitation for item(s) 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 quotations must be submitted electronically via Email, and be received not later than 10:00 AM Eastern time, on Monday, September 16, 2013. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov, no later than Wednesday, September 11, 2013. The full text of a FAR provision or clause may be accessed electronically at http://www.acquisition.gov/far/ The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; with the following fill-in: Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, and 3) Price. Technical capability and past performance, singly or when combined, shall be more important price. 52.212-3 Offerors Representations and Certifications- Commercial Items. 52.219-1 Small Business Concern Representation. Offerors must complete annual representations and certifications on-line at http://www.SAM.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: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The following CAR clauses: (https://www.federalregister.gov/articles/2010/03/08/2010-4132/commerce-acquisition-regulation-car#h-372) 1352.201-70 Contracting Officer's Authority; 1352.209-73 Compliance with the laws; 1352.209-74 Organizational conflict of interest. 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/NB733010-13-04551/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03182857-W 20130912/130911000255-8b03d7ea344a81826375cb7830735f22 (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.