SOLICITATION NOTICE
66 -- Fuel Cell System for Testing
- Notice Date
- 2/7/2006
- Notice Type
- Solicitation Notice
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and 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, MD, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-06-Q-0166
- Response Due
- 2/22/2006
- Archive Date
- 3/9/2006
- 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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN 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 2005-08. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500 employees. This requirement is 100% set aside for small businesses. Only interested small businesses may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, Fuel Cell System to be used for testing purposes in the Building Environment Division at NIST in Gaithersburg, Maryland. *** BACKGROUND: Fuel cell system designed for cogeneration production of electricity and thermal power for residential applications. The system shall be installed inside an environmental chamber as part of the NIST Residential Fuel Cell Test Facility and tested for the purpose of developing and validating a performance model for residential-scale fuel cell systems. The fuel cell shall be measured at various environmental conditions, electrical load levels, and thermal load levels. ***All interested Offerors shall provide a quote for the following line items: Line Item 0001: The Contractor shall furnish one (1) each, Fuel Cell System for Testing. The required system shall meet or exceed the following specifications: 1. Fuel cell system shall produce electricity through the electrochemical conversion of a hydrocarbon fuel a. Generation source of electrical power shall be either a proton exchange membrane fuel cell or solid oxide fuel cell b. Generator shall produce 60 Hz alternating current electricity (AC power) c. Full output power of at least 4 kW at 208 VAC or 120 VAC d. Electrical efficiency of fuel cell system shall exceed 20 percent 2. Fuel source shall be either natural gas or propane, but not necessarily both. 3. Fuel cell system shall operate over wide temperature range. Systems designed for indoor installation only shall operate with a minimum operating ambient temperature below 12 degrees C and a maximum operating ambient temperature greater than 35 degrees C. Otherwise, the system shall operate with a minimum operating ambient temperature below -20 degrees C and a maximum operating ambient temperature greater than 35 degrees C. 4. Fuel cell system shall have capability to supply thermal energy to a fluid stream. a. Fuel cell system shall have the capacity to provide at least 5 kW of thermal power b. Fluid minimum inlet temperature shall be no greater than 18 degrees C c. Fluid maximum flow rate shall be no less than 35 LPM 5. Contractor shall provide a two (2) day on-site operation and maintenance training for two project engineers within three (3) weeks of delivery. Topics shall include: a. Instruction on safe operation, startup, and shutdown of fuel cell system b. Detailed description of system and subsystem functions, control strategies, and limits c. Instruction on diagnosing, troubleshooting, and repairing system malfunctions d. Instruction on routine maintenance procedures 6. Contractor shall provide a warranty for parts and labor for no less than 3000 hours of operation or 18 months from commissioning. 7. Contractor shall provide NIST with a remote monitoring system of fuel cell system's performance, including, but not limited to: a. Electrical power output b. Electrical efficiency c. Fuel consumption d. Electrical efficiency e. Operating temperature 8. Acceptable operation criteria includes: a. Maximum power output within 5 percent of rated value b. Electrical efficiency at maximum power within 10 percent of rated value c. Continuous operation for at least 72 continuous hours with change in electrical efficiency of less than 5 percent of original value 9. Systems previously tested by NIST: The purpose of testing the fuel cell system is to provide data and experience in the development of a rating methodology for residential-scale stationary fuel cell systems. As such, products that have been previously tested at NIST will not be considered for award. The products which have previously been tested by NIST are as follows: a. Plug Power Gensys 5c b. Ida Tech EtaGen 5 10. Contractor shall provide maintenance support, including assistance diagnosing problems & repairing equipment. The time frame for the maintenance support shall be equivalent to the warranty period offered. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** Contractor shall install and commission fuel cell system under the supervision of the project engineers. An acceptance test shall be performed at NIST by NIST within 7 days of delivery. ***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 20899-0001. *** ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. ***Award will be made on a best-value basis. Strongest consideration shall be given to the Offeror whose offer exceeds specifications 1, 4, 6, and 8. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable Fuel Cell Systems for the types of applications described herein. Information on past experience may be obtained from references. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror 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. *** Clauses: 52.204-7, Central Contractor Registration (Oct 2003); 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns; (7) 52.219-8, Utilization of Small Business Concerns; 52.212-4, Contract Terms and Conditions?Commercial Items; (18)(i) 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns with Alternate I; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, including subparagraphs: (14) 52.212-3 Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2004); (26) 52.225-13, Restrictions on Certain Foreign Purchases; (29) 52.225-15, Sanctioned European Union Country End Products (FEB 2000)(E.O. 12849); (31) 52.232-33, Payment by Electronic Funds Transfer? Central Contractor Registration (May 1999)(31 U.S.C. 3332); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984); and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list(s). ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Jennifer Roderick, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. SECURITY REQUIREMENTS Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of proposals. If proposals are hand delivered, delivery must be made through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. NIST IS NOT RESPONSIBLE FOR LATE DELIVERY DUE TO THE ADDED SECURITY MEASURES. In addition, Offerors who do not provide a 48-hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver offers on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, building, room number, etc.) If 48 hour notification was not provided, it is suggested that your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor?s center and complete delivery. ****Submission must be received by 3:30:00 p.m. local time on February 22, 2006. FAXED QUOTATIONS SHALL NOT BE ACCEPTED. ***Numbered Notes 1.***
- Place of Performance
- Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
- Zip Code: 20899-0001
- Country: USA
- Zip Code: 20899-0001
- Record
- SN00982331-W 20060209/060207213613 (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 |