Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

66 -- Heavy Duty High Rigidity Tripod Metrology Instrument Stands

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument 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-0454
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
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 IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. The Precision Engineering Division of the Manufacturing Engineering Laboratory of the National Institute of Standards and Technology (NIST) requires Heavy Duty High Rigidity Tripod Metrology Instrument Stands for use in the laboratory. LINE ITEM 0001: Quantity three (3) each Heavy Duty High Rigidity Tripod Metrology Instrument Stand, meeting all of the following required specifications: 1. Maximum height not to exceed 78 inches; 2. Minimum height not to exceed 54 inches; 3. Weight not to exceed 250 lbs; 4. 3 1/2 X 8 inch external threaded adapter on top; 5. Wheels that can be retracted either by foot pedal or hand crack to help facilitate repositioning of the stand in a laboratory environment. LINE ITEM 0002: Quantity three (3) each Heavy Duty High Rigidity Tripod Metrology Instrument Stand, meeting all of the following required specifications: 1. Maximum height not to exceed 35 inches; 2. Minimum height not to exceed 30 inches; 3. Weight not to exceed 220 lbs; 4. 3 1/2 X 8 inch external threaded adapter on top; 5. Wheels that can be retracted either by foot pedal or hand crack to help facilitate repositioning of the stand in a laboratory environment. LINE ITEM 0003: Quantity one (1) each Heavy Duty High Rigidity Tripod Metrology Instrument Stand, meeting all of the following required specifications: 1. Maximum height not to exceed 123 inches; 2. Minimum height not to exceed 78 inches; 3. Weight not to exceed 690 lbs; 4. 3 1/2 X 8 inch external threaded adapter on top; 5. Wheels that can be retracted either by foot pedal or hand crack to help facilitate repositioning of the stand in a laboratory environment. The Contractor shall state the warranty coverage provided for the equipment. Please submit all questions in writing to andrew.perry@nist.gov 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 quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation; and (2) Quotes the lowest price. Quotes shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and clearly documents that the offered products meet or exceed the specifications stated above. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.225-2 Buy American Act Certificate. 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: (15) 52.222-3, Convict Labor; (16) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (17) 52.222-21, Prohibition of Segregated Facilities; (18) 52.222-26, Equal Opportunity; (20) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.225-1 Buy American Act?Supplies; (36) 52.225-13 Restriction on Certain Foreign Purchases; and (41) 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 quoters shall submit the following: 1) An original and one copy of a quotation which addresses all of the above Line Items; 2) Two (2) originals of technical description and/or product literature. Quoters must ensure all specifications are clearly documented; 3) A description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s). 5) 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 should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrew Perry, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on August 31, 2007. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to andrew.perry@nist.gov. 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 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. 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, HOWEVER, MUST INCLUDE ALL REQUIRED INFORMATION.
 
Place of Performance
Address: 100 BUREAU DRIVE, GAITHERSBURG, MD
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01379258-W 20070823/070822065044 (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.