SOLICITATION NOTICE
66 -- High-temperature, High-pressure Viscometer System - RFQ - RA1341-10-RQ-0292
- Notice Date
- 2/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- RA1341-10-RQ-0292
- Archive Date
- 2/23/2010
- Point of Contact
- Brenda S. Summers, Phone: (303) 497-5588
- E-Mail Address
-
brenda.s.summers@noaa.gov
(brenda.s.summers@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ - RA1341-10-RQ-0292 COMBINED SYNOPSIS/SOLICITATION High-temperature, High-pressure Viscometer System (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-10-RQ-0292. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (IV) This solicitation is unrestricted and open to all sources. The associated NAICS code is 334513. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Line Item 0001: BRAND NAME OR EQUAL TO the following Cambridge Viscosity, Inc. items: VL-PVT 316SS, VISCOlab PVT 316SS Bath System, Qty 1 each, including: 841-0011: Sample Conditioning Sys(316SS), Qty 1 each; 892-0001, VISCOpro2000 Processor B*O-024, Qty 1 each; 862-0016: Data Acquisition System, Qty 1 each; 800-0030: SENSOR SPL-440, Qty 1 each; 802-0006: Ref/Heat. 115V/60Hz #9150612-2, Qty 1 each. Line Item 0002: BRAND NAME OR EQUAL TO: Cambridge Viscosity Item 851-3000: PISTON 17-4/440 5-100cP, Qty 1 each. Line Item 0003: BRAND NAME OR EQUAL TO: Cambridge Viscosity Item 851-3025: PISTON 17-4/440 2.5-50cP, Qty 1 each. Line Item 0004: BRAND NAME OR EQUAL TO: Cambridge Viscosity Item 851-3055: PISTON 17-4/440 1-20cP, Qty 1 each. Line Item 0005: BRAND NAME OR EQUAL TO: Cambridge Viscosity Item 851-3075: PISTON 17-4/440 0.5-10cP, Qty 1 each. Line Item 0006: BRAND NAME OR EQUAL TO: Cambridge Viscosity Item 851-3085: PISTON 17-4/440 0.25-5cP, Qty 1 each. Line Item 0007: BRAND NAME OR EQUAL TO: Cambridge Viscosity Item 851-3100: PISTON 17-4/440 0.2-2cP, Qty 1 each. Line Item 0008: BRAND NAME OR EQUAL TO: Cambridge Viscosity Item 852-3120: PISTON 440/OPEN/COAT/GAS.312", Qty 1 each. Line Item 0009: BRAND NAME OR EQUAL TO: Cambridge Viscosity Item CALIBRATION-440: CALIBRATION of 440 SENSOR with 7 pistons, including: 501-0001: CAL FLUID 2oz SAMPLE BOTTLE, Qty 1 job. (VI) Description of requirements is as follows: SALIENT CHARACTERISTICS - RA1341-10-RQ-0292: 1. The viscometer system must have an operating temperature range from -30 °C to 180 °C with pressures from 0.1 MPa to 140 MPa. 2. The viscosity sensor should be capable to measure liquids in the viscosity range from 0.2 mPa•s to 100 mPa•s. 3. The viscosity sensor should be an oscillating piston sensor. A Standard Test Method is being developed for such sensors by ASTM. 4. The viscosity measurement uncertainty must not exceed ±1%. The sample volume in the sensor should not exceed 2 ml. 5. The viscometer system must be compatible with corrosive liquids. 6. The viscometer system must have programmable controls to vary pressure and temperature for test series. 7. The viscometer system must have the ability to export data via standard computer data formats and interfaces. 8. This ability must be part of a PC-based data acquisition and control system. 9. The PC operating system must be Windows XP. 10. The viscometer system, including all safety systems, must be designed in accordance with all applicable codes and standards. 11. Installation and special training to operators should be included with the quote. (VII) Required delivery 45 days ARO. Place of Delivery is 325 Broadway, Bldg. 22, Boulder, CO 80305-3328, USA. Delivery shall be FOB Destination, quote shall include all shipping charges, if applicable. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to complete and return the attached Standard Form 18. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Technical Capability: Must meet all salient characteristics as stated in (VI) above. 3) Past Performance: Quality, Timeliness, and customer service. Must supply two references. 4) Price: Quote must state price in U.S. Dollars. 5) Delivery: Quote must include delivery schedule 6) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:www.arnet.gov (End of clause) The following additional terms and conditions apply: 52.211-6 Brand Name or Equal (Aug 1999) 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) Department of Commerce Clauses: 1352.215-73 Inquiries (March 2000) Offerors must submit all questions concerning this solicitation in writing by email to the Contracting Officer. They must be received no later than 10:00 AM MST February 5, 2010. All responses to the questions will be made in writing and included in an amendment to the solicitation. 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts) (December 2006) A. Investigative Requirements for Low Risk Contracts Each person employed under this Low Risk contract shall undergo security processing by the Department's Office of Security as indicated below before being eligible to work on the premises of any Department of Commerce owned, leased, or controlled facility in the United States or overseas or obtain access to a DOC IT system. All Department of Commerce security processing pertinent to this contract will be conducted at no cost to the contractor. 1. Non-IT Service Contracts a. Contracts more than 180 days - National Agency Check and Inquiries (NACI) b. Contracts less than 180 days - Special Agency Check (SAC) 2. IT Service Contracts a. Contracts more than 180 days - National Agency Check and Inquiries (NACI) b. Contracts less than 180 days - National Agency Check and Inquiries (NACI) 3. In addition to the investigations noted above, non-U.S. citizens must have a background check that includes an Immigration and Customs Enforcement (ICE - formerly Immigration and Naturalization Service) agency check. B. Additional Requirements for Foreign Nationals (Non-U.S. Citizens) Non-U.S. citizens (lawful permanent residents) to be employed under this contract within the United States must have: -Official legal status in the United States; -Continuously resided in the United States for the last two years; and -Advance approval from the servicing Security Officer in consultation with the Office of Security headquarters. C. Security Processing Requirements for Low Risk Non-IT Service Contracts Processing requirements for Low Risk non-IT Service Contracts are as follows. 1. Contract employees employed in Low Risk non-IT service contracts for more than 180 days will require a National Agency Check and Inquiries (NACI) to be processed. The COR will forward a completed Standard Form SF-85, Questionnaire for Non-Sensitive Positions, Form FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer within three working days from start of work, who will send the investigative packet to the Office of Personnel Management. 2. Contract employees employed in Low Risk non-IT service contracts for less than 180 days require a Special Agreement Check (SAC), Form OFI-86C, to be processed. The Contracting Officer's Representative (COR) will forward a completed Form OFI-86C, FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer, who will send the investigative packet to the Office of Personnel Management for processing. 3. Any contract employee with a favorable Special Agreement Check who remains on the contract over 180 days will be required to have a NACI conducted to continue working on the job site. 4. For Low Risk non-IT service contracts, the scope of the SAC will include checks of the Security/Suitability Investigations Index (SII), other agency files (INVA), Defense Clearance Investigations Index (DCII), FBI Fingerprint (FBIF), and the FBI Information Management Division (FBIN). 5. In addition, for those individuals who are not U.S. citizens (lawful permanent residents), the COR must request a CIS (Customs and Immigration Service) check on the SAC, Form OF-86C, by checking Block #7, Item I. In Block 13, the COR should enter the employee's Alien Registration Receipt Card number to aid in verification. 6. Copies of the appropriate forms can be obtained from the COR or the Office of Security. Upon receipt of the required forms, the COR will forward the forms to the servicing Security Officer. The Security Officer will process the forms and advise the COR whether work can commence prior to the completion of the suitability determination based on the type of work and risk to the facility (i.e., adequate controls and restrictions are in place). The COR will notify the Contractor of an approved contract start date as well as favorable or unfavorable finding of the suitability determinations. D. Security Processing Requirements for Low Risk IT Service Contracts Processing requirements for Low Risk IT Service Contracts are as follows. 1. Contract employees employed in all Low Risk IT service contracts will require a National Agency Check and Inquiries (NACI) to be processed. The COR will forward a completed Form SF-85, Form FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer within three working days from start of work, who will send the investigative packet to the Office of Personnel Management. 2. For Low Risk IT service contracts, individuals who are not U.S. citizens (lawful permanent residents) must undergo a NACI that includes an agency check conducted by the Customs and Immigration Service (CIS). The COR must request the CIS check as a part of the NAC. E. Notification of Disqualifying Information If the Office of Security receives disqualifying information on a contract employee, the COR will be notified. The COR, in coordination with the Contracting Officer, will immediately remove the employee from duty requiring access to Departmental facilities or IT systems. Contract employees may be barred from working on the premises of a facility for any of the following reasons: -Conviction of a felony of a crime of violence or of a misdemeanor involving moral turpitude. -Falsification of information entered on security screening forms or of other documents submitted to the Department. -Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct directly related to the contract. -Any behavior judged to pose a potential threat to Departmental information systems, personnel, property, or other assets. NOTE: Failure to comply with the requirements may result in termination of the contract or removal of some contract employees from Department of Commerce facilities. F. Access to National security Information Compliance with these requirements shall not be construed as providing a contract employee clearance to have access to national security information. G. The Contractor shall include the substance of this clause, including this paragraph, in all subcontracts. (End of Clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MST/MDT on February 8, 2010. All quotes must be faxed or emailed to the attention of Brenda Summers. The fax number is (303) 497-3163 and email address is Brenda.S.Summers@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Brenda Summers, Purchasing Agent, 303-497-5588, Brenda.S.Summers@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-10-RQ-0292/listing.html)
- Place of Performance
- Address: 325 Broadway, Boulder, Colorado, 80305-3328, United States
- Zip Code: 80305-3328
- Zip Code: 80305-3328
- Record
- SN02056476-W 20100205/100203234808-acfb53f91b0fd2eadc5a4e8767a9fb2e (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 |