Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2002 FBO #0073
SOLICITATION NOTICE

66 -- BRIDGE CAPACITANCE, MULTI-FREQUENCY, AUTO-BALANCING, ULTRA-PRECISION

Notice Date
2/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
02-841-6090
 
Response Due
2/22/2002
 
Archive Date
3/9/2002
 
Point of Contact
Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884, - Tamara Grinspon, Contract Specialist, Phone (301) 975-4390, Fax (301) 975-8884,
 
E-Mail Address
tamara.grinspon@nist.gov, tamara.grinspon@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, #02-841-6090, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03, effective December 27, 2001.*****The associated North American Industry Classification System (NAICS) code for this procurement is 334515, and the small business size is 500 Employees. This acquisition is a 100% set-aside for small business.*****The National Institute of Standards and Technology (NIST) has a requirement for one (1) Multi-Frequency, Auto-Balancing, Ultra-Precision Capacitance Bridge; and one (1) One-Meter, Low-Noise, Calibration Cable, AH Andeen-Hagerling, Inc. BRAND NAME -- OR EQUAL (Model AH2700A + DCOAX/TP-1-BNC); as well as a three-year warranty. The instrumentation will be used by the Electron and Optical Physics Division to measure the capacitance of a custom built position sensor with nanometer resolution.*****All interested responsible, small business firms shall provide a quotation for the following line items: Line Item #0001: Quantity of one (1) Multi-Frequency, Auto-Balancing, Ultra-Precision Capacitance Bridge; Line Item #0002: Quantity of one (1) One-Meter, Low-Noise, Calibration Cable; and Line Item #0003: Quantity of one (1) Three-Year Warranty on parts and labor for instrumentation.*****The following salient characteristics and specifications are required and shall be met. Instrumentation shall: (1) be equal to or exceeding Andeen-Hagerling unit, Model AH2700A and Model DCOAX/TP-1-BNC; (2) be capable of multi-frequency operation, from 50 to 20 kHz; (3) be auto-balancing; (4) be able to meet or exceed at 1 kHz, an Accuracy of +/- 5 ppm, Stability of <1.0 ppm/year, Temperature coefficient of +/- 0.035 ppm, and a Resolution of 0.8 aF; (5) be able to vary resolution and measurement speed, with measurement speeds ranging from 28 milliseconds to 20 minutes; (6) use a three terminal measurement; (7) have IEEE-488 and IEEE-1174 interfaces; (8) have a zero correction feature; (9) have an external DC bias up to 100 V; (10) have external trigger capability; and (11) have automatic internal calibration.*****A description of brand name or equal is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency requirement. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristics specified in this RFQ; clearly identify the item by brand name, if any and make or model number; include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and clearly describe any modifications the quoter plans to make in a product to make it conform to the RFQ requirements.*****Delivery is required within 6 months or less after receipt of order (ARO). Delivery shall be FOB DESTINATION, NIST, Gaithersburg, MD. 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.*****Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability to Meet Specifications; (B) Past Performance/Experience; and (C) Price. (A) and (B), when combined, are more important than (C).*****Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the make and model of the products, manufacturer sales literature or other product literature that clearly documents that the offered products meet or exceed the specifications listed above.***Evaluation of Past Performance/Experience will be conducted in accordance with Federal Acquisition Regulation (FAR) 52.212-1(b)(10). For Past Performance, the Government will evaluate how well a Contractor has performed on previous contracts/orders. For Past Experience, the Government will evaluate how many times a Contractor has performed on contracts/orders that are similar and relevant to this acquisition. Quoters shall provide a list of at least three (3) references, to whom Relevant, Same and/or Similar products have been sold. The list of references should include: (a) the name of the reference point of contact; (b) the name of the company, organization or agency; (c) the telephone number of the point of contact; (d) the date product(s) was/were provided; and (e) purchase order or contract number relevant to purchase.*****The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered.*****Vendors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor's taking exception to it.*****All vendors should provide the following: (A) Quotation including all Line Items, plus References, signed, and in duplicate; (B) Description and Product Literature, in duplicate; (C) Warranty Information, in duplicate; and (D) Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov , one copy, completed, signed, and dated.*****The following Federal Acquisition Regulation (FAR) provision applies to this solicitation: 52.212-1, Instructions to Offerors-Commercial; ***** The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.*****The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (19)(ii) Alternate I of 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (21) 52.225-13, Restriction on Certain Foreign Purchases; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm The clause 52.211-6, Brand Name or Equal, applies to this acquisition. All interested, responsible small businesses should submit quotes, by 3:00 PM, Washington DC time, on FEBRUARY 22, 2002, to the National Institute of Standards and Technology, Acquisition and Logistics Division, ATTN: TAMARA GRINSPON (02-841-6090), Building 301, Room B129, 100 Bureau Drive STOP 3571, Gaithersburg, Maryland 20899-3571. Faxed quotes will NOT be accepted. Copies of above-referenced clauses are available upon request.
 
Place of Performance
Address: National Institute of Standards and Technology, Shipping and Receiving, Building 301, 100 Bureau Drive, Gaithersburg, MD 20899-0001
 
Record
SN00025098-W 20020213/020211213340 (fbodaily.com)
 
Source
FedBizOpps.gov 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.