Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2007 FBO #2039
SOLICITATION NOTICE

66 -- Single-Sheet Paper Hand Sheet Molding System

Notice Date
6/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
333291 — Paper Industry Machinery 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0271
 
Response Due
7/10/2007
 
Archive Date
7/25/2007
 
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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. 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 (FAC) 2005-17. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333291 with a small business size standard of 500 employees. This acquisition is 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business manufacturer under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for a Single-Sheet Paper Hand Sheet Molding System to be used in the Metallurgy Division at NIST, Gaithersburg, MD. *** Line Item 0001: One (1) Each, Single-Sheet Paper Hand Sheet Molding System NIST requires a Single-Sheet Paper Hand Sheet Molding System for producing individual test paper sheets. The system offered for this requirement must meet or exceed the following minimum specifications. a) General features (1) stainless steel (SS) sink at least 1 m (39 inches) long x 0.61 m (24 inches) wide x 165 mm (6.5 inches) deep with mounted sheet mold (see below) (2) six stainless steel leveling feet (3) 3/4 inches copper plumbing for main water inlet with 1/2 inch copper plumbing to components b) General construction (1) over all dimensions of the Hand Sheet Mold System is not to exceed 3.4 m (134 inches) long x 1 m (39.4 inches) wide x 2 m (79 inches) high (2) framing materials to be at least 1 1/2 inches x 6 inches poplar with waterproof coating on interior or other framing and waterproofing materials with equivalent performance (3) the sides, front, and back of the Hand Sheet Mold System are to be covered with 5/8 inch exterior grade plywood with a protective covering of plastic laminate or other suitable paneling with equivalent performance to withstand the paper making laboratory environment c) Utility requirements are not to exceed: (1) 220 VAC 60 Hz single phase 7 kW (2) 100 psig (20 scfm) (3) 3/4 inch fresh water at 60 psig nominal pressure d) Components / Capabilities to be included with the Single-Sheet Paper Hand Sheet Molding System: (1) a clear acrylic tank for producing consistent paper pulp stock samples with at least 20 L capacity and over all dimensions of the tank and support structure not to exceed 310 mm long x 310 mm wide x 940 mm high and 14 kg, equipped with: (a) a paper pulp stock agitator (b) a sheet weight scales (at least volumetric and logarithmic) for measuring paper pulp stock (c) a SS ball valve for stock sampling (at least 1 inch diameter in size) (d) a copper drop leg at least 610 mm (24 inches) long and 1 1/2 inches in diameter (2) a SS paper sheet mold for producing uniform 305 mm x 330 mm (12 inches x 13 inches) paper sheets consisting of: (a) a 30 L capacity SS deckle box (b) a 316 SS backing wire and grid plate (c) removable 316 SS forming wires (d) a SS agitator (e) 610 mm (24 inches) high, 2 inches diameter drop leg with T fitting at bottom to allow connection to white water return or vacuum (3) a device to dry individual hand molded paper sheets that would preferably be an electrically heated hot plate constructed of 1/4 inch thick stainless steel plate for the structural assembly with over all dimensions not to exceed 560 mm x 584 mm x 140 mm and 23 kg and equipped with: (a) a curved brass drying surface plate at least 356 mm x 381 mm (14 inches x 15 inches) or a functionally equivalent "drying surface" structure for receiving a freshly molded paper sheet (b) a spring loaded Teflon screen to hold paper sheet to item d)(1)(a), drying surface (c) drying surface plate temperature control infinitely adjustable up to at least 1.4 kW (4) a device for drying large quantities of hand molded paper sheets that would preferably consist of a felt carrier riding on a Ni plated drum of at least 304 mm in diameter and 405 mm long and equipped with (a) a means to control drum speed from 0 to 8 RPM (b) a means to control drum temperature with up to 3.2 kW of heating power using 260 VAC, 60 Hz, single phase utilities (c) SS rolls and frames for guiding the felt on dryer drum (5) a SS press roll to flatten paper sheets with over all dimensions not to exceed 712 mm long x 510 mm wide x 305 mm high and 92 kg, equipped with: (a) frame and rolls constructed of stainless steel (b) two press rolls at least 76 mm in diameter and 355 mm long (c) a means to adjust pressure on rolls up to 15 N/mm (85 lb/inch) using air supply with no more than 100 psig air pressure (d) feed rate of at least 2.3 m/min (90.5 inches/min) (e) drive roll and pressure controlled independently (f) drive roll to be powered using constant speed gear motor (6) white water return system to control pH with at least 55 L 316 SS reservoir tank equipped with: (a) hard copper plumbing at least 1 inch in diameter (b) 3/4 HP pump motor ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are equal to Price. Award shall be made on a best value basis. ****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 shall be evaluated to determine the extent of the Contractor's experience of at least five (5) years in and knowledge in providing similar systems. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. To allow assessment, each quote must include appropriate documentation. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***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 full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors 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. The following clauses apply to this acquisition: 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: 52.219-6, Notice of Total Small Business Set-Aside; 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 Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; and 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 vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. This is an Open-Market Combined Synopsis/Solicitation for equipment 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) ***All quotes shall be received not later than 3:30:00 PM local time, on July 10, 2007 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Jennifer Lohmeier. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes 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, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested 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 center and complete delivery. Notice shall 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. Faxed quotes will NOT be accepted. Emailed quotes will be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01326825-W 20070627/070625220257 (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.