Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2014 FBO #4459
SOLICITATION NOTICE

59 -- Electromagnetic Flowmeters

Notice Date
2/6/2014
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB732030-14-00832
 
Archive Date
2/28/2014
 
Point of Contact
Jarreau A. Vieira, Phone: 3019754267
 
E-Mail Address
jarreau.vieira@nist.gov
(jarreau.vieira@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation: NB735130-14-00830 Agency/Office: National Institute of Standards and Technology (NIST) Location: Acquisition Management Division Title: Electromagnetic Flowmeters Description(s): This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-72. Offerors will be responsible for obtaining related amendments to this solicitation, if any, from www.fbo.gov. It is the responsibility of each potential offeror to monitor www.fbo.gov for any amendments or other information related to this solicitation. Any communications regarding this acquisition must be made in writing and forwarded via email to Jarreau A. Vieira Jarreau.Vieira@nist.gov and shall identify the solicitation number, company name, company address, as well as point of contact email address and phone number. This requirement is being competed as a Set-Aside 100% for Small Business concerns. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a size standard of 500 Employees. The Government anticipates the award of a firm-fixed-price purchase order to the offeror who's quote is the Lowest Price Technically Acceptable to the Government. To be technically acceptable, quote shall meet all of the required specifications listed in this RFQ. Apparent successful awardee shall also have satisfactory past performance and will evaluated using the attached list of specifications. The Government intends to make a single award for this requirement but reserves the right to make multiple awards. A. BACKGROUND INFORMATION Purpose The Net-Zero Energy Residential Test Facility (NZERTF) is a unique laboratory at NIST which allows researchers in the Engineering Laboratory's Energy and Environment Division to test high-efficiency and alternative energy systems, materials, and designs for high performance homes. Among the various measurements that are made to assess the performance of this house is the total hot water and cold water consumption by the simulated family of four. Electromagnetic flow meters with magnetic flow sensors and transmitters are required to accurately measure simulated hot and cold water consumption. A total of three (3) electromagnetic flow meters are required for the measurement of water flow in the domestic hot water system of the NZERTF. The application requires flow meters that do not contain elements that will obstruct the flow path, while providing the necessary measurement accuracy. Each flow meter must be provided with a magnetic flow sensor AND a transmitter for signal processing. B. BID SCHEDULE / AWARD STRUCTURE LINE ITEM 0001: Electromagnetic Flowmeter Sensor WITH Transmitter QTY Three (3) Each With the following minimum specifications: 1. Flow range: minimum 0.1 gallons/min or less; maximum 5 gallons/min or more 2. Measurement accuracy (to be verified upon inspection of technical documents): + or - 0.3 % reading (or better) at flow rate of 5 GPM + or - 3.5 % reading (or better) for flow rates between 0.1 GPM to 1 GPM (inclusive) 3. Sensor size between 1/2-inch and 1-inch diameter 4. Package includes remote transmitter compatible for use with sensor and at least 15 feet of cable 5. Power Requirements: must be able to use 24 VDC input power 6. Output: pulse output for totalized flow counts 7. Sensor compatible with water at temperature range: 40 degrees F - 160 degrees F 8. Operative pressure: 50 - 70 PSI 9. Calibration: NIST-traceable liquid flow calibration strongly preferred, in which case calibration report must be included with each meter. 10. IP68 rating (immersible in water up to 5 feet in depth, continuously) for sensor preferred 11. NPT connection preferred. 12. Preference will be given to vendor that can provide product fitting the above criteria at the earliest date. C. SOLICITATION SPECIFICS ***INSTRUCTIONS TO OFFERORS *** Interested offerors shall provide FOB Destination firm-fixed-pricing for the above in accordance with the deliverable schedule as well as the Line Item structure in this solicitation. Offeror is to include warranty (1 year period minimum) and documentation/literature in the form of manuals/tutorials, and/or other written literature that thorough provides guidance on product use. Specifications of quoted items MUST be provided for technical acceptable evaluation. The offeror shall hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. ***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 but will be deem it as open market pricing and be subject to terms and conditions of this RFQ and subsequent purchase order award. ***The due date and time for receipt of quotations is 13 February 2014 no later than 11:30AM Eastern Standard Time ***Offerors shall e-mail their quotation to Jarreau.vieira@nist.gov so that it is received by the response date/time for this solicitation. It is the responsibility of the offeror to confirm NIST's receipt of its quotation. Each quotation shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price. NIST reserves the right to award a purchase order without discussions, based solely on the submission of the Contractor. EVALUATION FACTORS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award determination shall be Best Value with the following factors shall be used to evaluate offers: (i) Technical capability and approach of information offered to meet the Government requirement; (ii) delivery; (iii) price. Technical Capability and Shortest Delivery Time when combined are greater than price. Technical Capability and Shortest Delivery Time are of equal importance. EVALUATION FACTORS FOR AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award determination shall be Lowest Price Technically Acceptable. Satisfactory Past Performance shall include but not limited to current www.sam.gov registration, and absence of negative contractor performance, and the absence of federal restrictions/debarment. APPLICABLE PROVISIONS AND CLAUSES FOR THIS SOLICITATION: The following FAR provisions and clauses apply to this solicitation: FAR 52.212-1; FAR 52.212-2; FAR 52.212-3; FAR 52.212-4; FAR 52.212-5, including 52.222-50, 52.233-3, and 52.233-4 in paragraph (a)(1), and the following fill-ins in paragraph (b): 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-13; 52.232-33. All provisions and clauses viewed at http://acquisition.gov/comp/far/index.html. All interested offerors must be actively registered in the System for Award Management website at the www.sam.gov and 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. A current registration is REQUIRED for award consideration. All Offerors Representation and Certifications must be completed and submitted as applicable. Addendum to Provision 52.212-1- Quotation Preparation and Submission Instructions All quotations shall be submitted electronically so that they are received at Jarreau.vieira@nist.gov no later than 13 February 2014 no later than 11:30AM Eastern Standard Time. All questions regarding this solicitation shall be submitted electronically to Jarreau.vieira@nist.gov, referencing Solicitation number NB735130-14-00830 and must be received by 10 February 2014. 09:00 am to be addressed and allow ample time for analysis. Paragraph (b) below replaces paragraph (b) in provision 52.212-1. (b) Submission of quotations. Submit dated quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on company letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must include- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) Technical description of the items being offered in sufficient detail to evaluate compliance with requirements in the solicitation. Item MUST meet exact specifications as laid out in the description attached. This may include product literature, or other documents, if necessary; (4) Terms of any expressed warranty; (5) Firm-fixed price for each CLIN and discount terms; (6) Any applicable shipping costs (7) Acknowledgement of solicitation amendment(s); (8) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (9) Completed Reps & Certs. (52.212-3) or Section (b) 2 of 52.212.3 if Reps & Certs. Are current in www.sam.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB732030-14-00832/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03283143-W 20140208/140206235226-8e76ac3875cfef55f4891ea662dbd765 (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.