SOLICITATION NOTICE
66 -- Pumps
- Notice Date
- 9/6/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333911
— Pump and Pumping Equipment 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, MD, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- Reference-Number-PR05-855-6724
- Response Due
- 9/16/2005
- Archive Date
- 10/1/2005
- 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). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-5. The associated North American Industrial Classification System (NAICS) Code for this procurement is 333911 with a business size standard of 500 employees. This acquisition is 100% set-aside for small business. This is a brand name or equal requirement. Brand Name or Equal description 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. The National Institute of Standards and Technology (NIST), has a requirement for a Leybold Vacuum Pump Model # 2227, or equal. Line Item 0001 _____________ D25BCS w/PFPE Oil, 208/1/60 Explosion Proof Motor (Class 1, Div 1, Group D) and CFS 16-25 Oil Filter System Detailed Specs: 1. Capable of continuous operation at 760 Torr. 2. Explosion proof motor to handle H2 and SiH4 gasses (Class 1, Div 1). 3. Nominal pump speed: 20 CFM (34 m3/h) or higher. 4. Ultimate total pressure (without gas ballast): 2x10-3 Torr or lower. 5. Ultimate total pressure (with gas ballast): 4X10-3 Torr or lower. 6. Prepared for PFPE/PFE/Fomblin/Krytox oil. 7. Pressurized oil lubrication system. 8. Direct drive. 9. Maximum noise at 3 feet (without gas ballast): 55 dB (A). 10. Built in anti-suck back valve. 11. Integrated dual filter oil filtration system with: overpressure relief valve; filter status indicator; isolation valve to allow removal of a filter without shutting down pump; two replacement filters. 12. Corrosion resistant: seals and gaskets designed for corrosive gasses such as SiH4, NH3 and Hcl, chromate coating on oil asing inlet and exhaust. 13. Inlet and exhaust ports with ISO 25 KF or larger connections and retable to the horizontal or vertical position. Line Item 0002 Spare Filter WF 40-65, Part # 18999. ECCN: EAR99 Specs: 2 replacement spare filters for oil filtration system; dual filter oil filtration system with: overpressure relief valve; filter status indicator; isolation valve to allow removal of a filter without shutting down pump; two replacement filters. Line Item 0003 HE1600 PFPE, #4 Bottle Specs: PFPE-, PFE-, Fomblin-, or Krytox- type oil for the pump lubrication system. . PFPE/PFE/Fomblin/Krytox oil for pressurized oil lubrication system. DELIVERY 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 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. Award shall be made to the offeror whose quote offers lowest price technically acceptable quote. The full text of FAR provisions or clauses may be accessed electronically at www.acqnet.gov/far. The following provisions and clauses apply to this acquisition: PROVISIONS: 52.212-1 Instructions to Offerors- Commercial Items. 52.212-3 Offerors Representations and Certifications-Commercial Items. 52.211-6 Brand Name or Equal (Aug 1999) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. If paragraph (j) of this provision is applicable, a written submission is required. CLAUSES: 52.204-7 Central Contractor Registration; 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: (14) 52.222-3, Convict Labor; (15) 52.225-19, Child Labor?Cooperative with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (24) 52.225-1, Buy American Act-Free Trade Agreements-Israeli Trade with Alternate I; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 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 All Offerors shall submit quotes to include the following: Two copies of a quotation, which addresses the line items and all Specifications; Two copies of the technical description and/or product literature; Description of commercial warranty; One copy of the most recent published price list(s). All quotes must be sent to: National Institute of Standards and Technology 100 Bureau Drive Acquisition and Logistics Division Attn: Tye Gibson, Building 301, Room B129, Mail Stop 1640 Gaithersburg, MD 20899-1640 Submission must be received by 3:00 PM local time on September 16, 2005.
- Place of Performance
- Address: NIST, Gaithersburg, MD
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00886877-W 20050908/050906211644 (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 |