Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2008 FBO #2349
SOLICITATION NOTICE

66 -- Hydrogen Generator

Notice Date
4/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator 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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-08-RQ-0232
 
Point of Contact
Andrea A Parekh, Phone: (301)975-6984, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
andrea.parekh@nist.gov, todd.hill@nist.gov
 
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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. ***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) 2005-24.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 335312 with a small business size standard of 1,000 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** ***The National Institute of Standards and Technology is seeking to purchase a Hydrogen Generator. ****All interested Contractor’s shall provide a quote for the following: NIST requires a device to generate gaseous hydrogen onsite. The generator must be installed in the attic of building 226. The product hydrogen will be used to fuel backup power fuel cell systems under test. The generator will be installed in a mechanical space directly above the laboratory used for testing fuel cell systems with access to electrical (480 VAC, 3-phase), chilled water (420F), and potable water. Line Item 0001: Quantity One (1) Hydrogen Generator, which shall meet or exceed the following specifications: 1. The hydrogen generator must be able to produce more than 5 m3/h (0 degrees Celsius and 1 bar) of hydrogen gas continuously 2. The outlet pressure of the product gas must remain above 200 psig. 3. The purity of hydrogen must be at least 99.995 percent (by volume) over the full range of operation of the generator. Contaminants in the product stream should be at or below levels found in the Hydrogen Fuel Quality Specification Guideline as found in Table 1 of SAE J2719-2005. 4. If demineralized or deionized water is required, an appropriate water purification package must be included in the proposal 5. The hydrogen generator must not change the hazard rating of the mechanical area in which it is installed 6. NIST must be able to connect remotely to the generator to observe status and shutdown 7. The system must include on-board safety precautions, including hardware E-stop circuitry, at least one hydrogen or combustible gas detector. 8. System must be able to shutdown upon signal from external safety systems 9. System should be certified to all appropriate certifications, including UL and CSA Line Item 0002: Installation and Training: The Contractor shall provide installation for the hydrogen generator. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the etcher, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. The Contractor shall schedule and facilitate one (1) training session for three (3) technical personnel at NIST. The training shall provide a thorough demonstration of all equipment functions, data administration, basic troubleshooting, and hardware/software operation, cleaning and basic maintenance, leak-detection, and minor system modifications. The training may be completed at NIST immediately after installation and demonstration of performance specifications, but no later than 30 days after installation. DELIVER TO NIST,100 BUREAU DRIVE, BLDG. 226 (ATTIC), GAITHERSBURG, MD 20899 ***The Contractor shall provide a minimum one (1) year warranty on all components including on-site repair. All required shipping of parts will be paid for by the vendor.*** ***Delivery shall be provided not later than 90 days after receipt of an order. 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 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 20899-1640. *** Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, and 3) Price. Technical capability and past performance, when combined, shall be approximately equal to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor’s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its’ affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** 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: 52.212-4 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 Preferences for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in it’s offer); (7) 52.219-8, Utilization of Small Business Concerns; (11) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its’ offer); (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor – Cooperation With Authorities And Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); (24) 52.222-50, Combating Trafficking in Persons (AUG 2007) (30) 52.225-5, Trade Agreements (NOV 2006); (31) 52.225-13 Restriction on Certain Foreign Purchases; (36) 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. *** 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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s), and 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. ***All quotes shall be received not later than 3:00 PM local time, on May 15, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@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. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c7040f5f2540a1ac5e6eff2432f68848&tab=core&_cview=1)
 
Place of Performance
Address: 100 Burea Drive, MS1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01563844-W 20080502/080430221142-c7040f5f2540a1ac5e6eff2432f68848 (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.