SOLICITATION NOTICE
66 -- Environmental Chamber for a Diffractometer - Drawing
- Notice Date
- 2/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device 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
- SB1341-10-RQ-0083
- Archive Date
- 3/3/2010
- Point of Contact
- Joni L Laster, Phone: 301-975-8397, Carol A. Wood, Phone: 301-975-8172
- E-Mail Address
-
joni.laster@nist.gov, carol.wood@nist.gov
(joni.laster@nist.gov, carol.wood@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment I 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. 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) 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees and only small businesses shall be considered for award as this requirement is set-aside 100% for small business. In accordance with the non-manufacturer rule, the manufacturer and distributor of these supplies must be a small business in accordance with the NAICS code identified. For size purposes, there can be only one manufacturer of the end item being acquired. The manufacturer is the concern which, with its own facilities, performs the primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end item being acquired. The end item must possess characteristics which, as a result of mechanical, chemical or human action, it did not possess before the original substances, parts or components were assembled or transformed. The end item may be finished and ready for utilization or consumption, or it may be semi-finished as a raw material to be used in further manufacturing. Firms which perform only minimal operations upon the item being procured do not qualify as manufacturers of the end item. The National Institute of Standards and Technology (NIST) has a requirement for an Environmental Chamber for a diffractometer made in-house by NIST. NIST conducts experiments with a diffractometer for which the temperature of the samples in the apparatus must be as constant as possible. The laboratory temperature is unreliable and may vary as much as 2.5°C over a 30 minute period. The diffractometer is equipped with insulation so that whatever temperature stability is achieved in the area surrounding the apparatus is improved by a factor of 10 inside the apparatus. To maintain a more stable temperature around the diffractometer, NIST requires an insulated environmental chamber in which to place the diffractometer, equipped with air handling capabilities, as specified below. All interested Contractors shall provide a quote for the following line items: Line Item 0001: Quantity One (1) each, Environmental Chamber which shall meet or exceed the following required minimum specifications. All equipment must be new. Refurbished and/or remanufactured shall not be considered. 1. Dimensions: Minimum interior dimensions shall be 9'10" W x 11'10” L x 8’ H ; maximum exterior dimensions shall be 11’ W x 13’ L x 9’ H. 2. Chamber Construction: The Chamber shall be constructed of modular foamed urethane panels for walls and ceiling with R34 insulation rating. Panels shall be 4" thick with bonded galvalume skin on interior and exterior of chamber and shall have a white baked enamel finish. The chamber shall have no floor; walls shall be sealed and anchored down to the existing concrete floor. Chamber shall have one (1) 42" W 78" H door installed centrally on the front wall; 3. Temperature Control: The temperature inside the chamber shall be controlled by drawing the main lab air through the chamber using a circulation exhaust fan. The operating temperature of the chamber shall be dependent on the temperature of the air in the main lab, the heat generated by the diffractometer, and how much air is drawn through the chamber. The Contractor shall provide a method whereby the temperature of the chamber can actively be controlled by monitoring the temperature of the exhaust air and controlling the speed of the fan. The sensitivity of the temperature monitor shall be ±0.05°C or better. Preference will be given to greater sensitivity. The temperature controlling system shall be software controlled and shall be able to provide a record of the chamber temperature which shall be available by direct data transfer to a computer through a COM port or USB port. The software shall be off-the-shelf software that shall record automatically, every minute, and directly download. The temperature controlling system provided shall work with a personal computer running Windows XP. The Contractor shall provide the necessary cable. It must be possible to disable the active temperature control and directly control the speed of the fan using the software control. A personal computer is not required to be provided as part of the temperature control system. The Government will provide a personal computer with the serial parallel and USB ports. 4. Air Handling: The chamber shall have one (1) ball bearing exhaust fan mounted centrally on top of the chamber connected to one or more exhaust port holes in ceiling of the chamber. The fan shall not generate more than 55 dB of noise. The fan shall draw air through the chamber from four intake grilles located within 1 foot of the floor. The grilles shall have an area of 0.5 to 1 sq ft. Two of the grilles shall be located on the front wall of the chamber (side with door) and two of the grilles will be located on the opposite wall. All grilles shall have adjustable air intake louvers adjustable from the inside of the chamber. 5. Lighting, receptacles, and electrical service: The chamber shall have the following: (a) Quantity 4 each 4' vapor proof fluorescent fixtures to be controlled by a switch located inside near the door; (b) Quantity 6 each flush mounted receptacles 120v, 15 amp (2 receptacles shall be located on the wall opposite the door and on each side wall, 24" from finished floor); (c) Quantity 1 each exterior junction box for providing electrical service for the lights and receptacles. The location of the junction box shall be determined after discussion with NIST personnel during the installation process. 6. Cable feed through and interior cable trays. The Chamber shall have all of the following: (a) Three (3) 2" and one (1) 3” (inside diameter) PVC sleeved port holes through side walls; (b) Approximately 20' of cable tray hung from the ceiling. 7. Configuration of Chamber in Laboratory Attachment I is a schematic drawing that shows how the chamber will be configured in the laboratory. This configuration is firm and not negotiable. Acceptable chamber dimensions are defined in 1. 8. Delivery Requirements The Contractor shall provide the required timeline for delivery of the chamber. The chamber shall be installed in a laboratory that is currently scheduled for renovation. Renovations are anticipated to be completed no later than May 30, 2010; however, this date is subject to change. As NIST may not have storage capacity to store the chamber, the Contractor must delay the manufacture of the chamber so that it is delivered and installed when the laboratory renovations are completed. The NIST Technical Information Contact (TIC) (to be identified at the time of award) shall maintain contact with the Contractor on a bi-weekly or monthly basis via telephone or e-mail, to advise the Contractor of the status of the renovation project. The TIC shall notify the Contractor when renovations are expected to be completed in sufficient time that the Contractor can manufacture the chamber in accordance with their required delivery timeline. Delivery terms 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, Gaithersburg, MD 20899. 9. The Contractor shall provide a draft design for the environmental chamber in PDF format. The draft design shall be of sufficient detail to be a draft as-built drawing for the chamber that will be manufactured. The Contractor shall submit the draft design to the TIC for review not later than 4 weeks after award. The Contractor shall update all submissions, based on comments provided by the TIC, and submit final documents for review and final approval. Revisions shall be completed at no additional cost to the Government. The Contractor shall not proceed to manufacture the chamber without the written approval of the TIC. The chamber shall be manufactured in accordance with the design drawing. Should the design require a change, the Contractor must notify the TIC of all changes prior to implementing the change. All revised documents shall be reviewed and approved by the TIC prior to implementation. A final as-built drawing shall be delivered with the chamber. Approval by the Government as required above shall not relieve the Contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such approval. The Government shall maintain rights to all versions of the design drawing, in accordance with FAR 52.227-14 RIGHTS IN DATA – GENERAL. Line Item 0002: Installation The Contractor shall provide all labor, materials, and equipment necessary to install the chamber. The chamber shall be installed in Building 223. The installation site shall be cleared of obstacles prior to installation. The chamber shall be delivered unassembled. The Contractor shall be responsible to move the chamber components from the loading dock of Building 223 to the laboratory where the chamber will be installed. All components must be able to pass through a door 42”W x 82”H. Installation shall be scheduled, in advance, with the TIC. Installation shall include, at a minimum, erecting the chamber, set-up and hook up of the chamber to include all accompanying equipment (lighting, exhaust fan, duct work, controls, cable feedthroughs and cable trays). The Government anticipates that lights, feed-throughs, cable trays, exhaust fan, and duct work will be installed on-site at NIST, during the installation process, with positioning determined by a combination of guidance provided by the specifications including Attachment I, and consultation with the TIC. Hook-up to the Government provided computer shall be completed by the Contractor. Installation shall be completed not later than 5 business days after it commences. Line Item 0003: Training The Contractor shall schedule and facilitate one training session for NIST personnel on-site @ NIST in Gaithersburg, MD. The training shall provide a demonstration of all equipment functions, maintenance, data administration, software capabilities and basic troubleshooting. The training must completed not later than 30 days after successful completion of installation. Final Acceptance NIST will provide payment in full upon successful completion of delivery, installation, training, demonstration of specifications, verification of all dimensions and measurements, and submission of a proper invoice from the Contractor. Payment terms shall be Net 30 Days. Warranty The Contractor shall provide a one year warranty, at a minimum, for the chamber. The warranty shall cover all parts, labor and travel. The warranty shall commence upon final acceptance by NIST of the chamber. Evaluation Criteria Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor “Meeting or Exceeding the Requirement,” 2) Experience, 3) Past Performance, and 4) Price. Technical capability, experience, and past performance shall be equal in importance to price. Technical Capability Product literature shall be evaluated to determine that the proposed components will meet or exceed all of the Governments required specifications. The technical drawing shall be evaluated for feasibility and to determine the Contractor’s overall understanding of the project. When evaluating Technical Capability, preference shall be given to equipment that can offer a greater sensitivity than the minimum as stated in Specification 3. Experience Experience shall be evaluated to determine the degree of experience the Contractor possesses with respect to environmental chamber construction. The degree of relevance between chambers constructed by the Contractor and that required by the solicitation will be considered. Experience with air handling and computerized temperature control must be demonstrated. Past Performance Past Performance will be evaluated to determine the overall quality of the product & services provided and the Contractor’s history of successfully meeting delivery schedules. 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. PROVISIONS AND CLAUSES 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: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1 Buy American Act-Supplies 52.225-13 Restriction on Certain Foreign Purchases; 52.227-14 Rights in Data-General 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. REQUIRED SUBMISSIONS: 1. For the purpose of evaluation of Technical Capability, quoters shall submit all of the following: a. For all commercial components, an original and one (1) copy of the technical description and/or product literature which shall clearly demonstrate that the proposed components meet or exceed the Governments minimum required specifications; b. If a commercial component must be modified, the Contractor shall describe the modifications that will be completed; c. A description of the temperature controlling system; d. A technical drawing which clearly illustrates the following: -Exact dimensions of the chamber the Contractor is quoting; -Placement of electrical outlets; -Locations for pre-installed components. 2. For the purpose of evaluation of experience, quoters shall submit all of the following: Documentation which clearly explains the Contractor’s experience with environmental chamber construction, air handling and computerized temperature control. Experience may be demonstrated through submission of technical discussion and/or drawings or pictures of chambers the Contractor has constructed. 3. For the purpose of evaluation of past performance, quoters shall submit a list of at least three (3) references to whom the same or similar equipment has been provided. 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; the date of delivery or the date services were completed and a description of the equipment sold to each reference. 4. A description of the commercial warranty. 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 3:00 PM local time, on February 16, 2010 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: Joni Laster. Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@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 301-975-8397. 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-mail quotes ARE acceptable. Fax quotes will NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0083/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02055492-W 20100204/100202235142-d219c8f4cf29753936c0efa27583863a (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 |