SOLICITATION NOTICE
66 -- Resistance Thermometry Bridge
- Notice Date
- 5/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- 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, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-12-RQ-0317
- Archive Date
- 6/15/2012
- Point of Contact
- Carol A. Wood, Phone: 301-975-8172, Chon S. Son, Phone: 301-975-8567
- E-Mail Address
-
carol.wood@nist.gov, chon.son@nist.gov
(carol.wood@nist.gov, chon.son@nist.gov)
- 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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. 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 National Institute of Standards and Technology (NIST), Heat Transfer and Alternative Energy Systems Group operates and maintains the NIST 1016 mm Guarded Hot Plate Facility for the determination of steady-state thermal transmission properties of residential building insulation. The primary temperature measurements for the apparatus are three (3) capsule-type 4-wire platinum resistance thermometers (PRTs). The secondary temperature measurements for the apparatus hot plate are five (5) thermistors and eight (8) Type E thermocouples. At present, the uncertainty for the primary PRT temperature measurement is 0.08 degrees Celsius. The uncertainty value for the primary temperature measurement was determined as part of the recent renewal of NIST Standard Reference Material 1450d and documented in NIST Special Publication 260-173. NIST Special Publication 260-173 showed that the uncertainty for the temperature measurement was the largest contributory uncertainty in the determination of the steady-state thermal transmission properties for SRM 1450d. The current temperature instrument readout for the NIST 1016 mm Guarded Hot Plate Facility was purchased and installed in the mid-1980s, nearly 30 years ago. Since the 1980s, advances and improvements have been made in the realization of new multi-channel temperature systems having metrology-grade accuracy that result in lower uncertainties in the measurement of temperature. In order to reduce the overall uncertainty for the measurement of steady-state thermal transmission properties, the Heat Transfer and Alternative Energy Systems Group must reduce the uncertainty of the temperature measurement in the NIST 1016 mm Guarded Hot Plate apparatus. Because NIST is designated as the National Metrology Institute for the United States, it is highly desirable for NIST to continue to provide thermal insulation reference materials to the public for use as part of quality assurance programs. Reduction of the temperature uncertainty will assist NIST in providing the nation with the next generation of thermal insulation reference materials having the lowest possible uncertainty. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency's requirement. All responsible quoters shall provide a quote for all of the following line items. LINE ITEM 0001: Quantity one (1) each Direct Current (DC) Resistance Thermometry Bridge, Isotech Part Number MicroK-500, or equivalent. The equipment must meet all of the salient characteristics and specifications identified herein. All equipment must be new. Used or remanufactured equipment will not be considered for award. 1. In order to reduce the temperature measurement uncertainty and to facilitate data acquisition from all the different types of temperature sensors, all of the temperature sensors located in the apparatus - the platinum resistance thermometers, thermistors, and thermocouples - shall be scanned with the same instrument; 2. When scanning and reading the temperatures from the platinum resistance thermometers, the instrument shall have an uncertainty of 0.001 degrees Celsius, or less. The uncertainty must be expressed using current international guidelines (commonly known as the "GUM") at a coverage factor of k equal to 2 and over the entire temperature range of operation of the thermometry bridge; 3. In order to scan and read all of the apparatus sensors, the scanning rate shall be two seconds, or less, per channel; 4. For compatibility with existing NIST data acquisition equipment, the new temperature instrument must use computer hardware interface capability of either an IEEE-488 (general purpose interface bus), a RS-232 (serial), or a USB (universal serial bus) interface; 5. The direct-current (DC) resistance thermometry bridge shall be capable of simultaneously supporting three types of temperature sensors: a) 4-wire standard platinum resistance thermometers (SPRTs), quantity of 3; b) 2-wire thermistors, quantity of 5; and c) 2-wire thermocouples (Type E), quantity of 8; The total quantity of temperature sensors to be supported is 16; 6. Highly stable (±0.5 percent, or less) direct current (DC) source of 1 milliampere for excitation of the 4-wire SPRT during measurement; 7. Highly stable (±0.5 percent, or less) direct current (DC) source of 1 milliampere to the 4-wire SPRT when not being measured (i.e., keep-warm current); 8. Built-in International Temperature Scale (ITS)-90 conversion routines to accept SPRT calibration coefficients for direct temperature measurement from -190 degrees Celsius to +660 degrees Celsius; 9. Direct display of the temperatures of the three types of temperature sensors described above; 10. Scan and update the temperatures continuously on the display for an individual temperature sensor (SPRT, thermistor, or thermocouple) at a maximum rate of 2 seconds, or less; 11. Write and respond to computer commands sent to the bridge using National Instruments LabVIEW software program; 12. Rack-mount capability in a standard 19 inch rack (EIA 310-D); 13. Power input of 120 VAC. LINE ITEM 0002: INSTALLATION: The Contractor shall install the equipment. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required specifications. Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. LINE ITEM 0003: TRAINING: The Contractor shall provide training for three (3) NIST personnel at a minimum. Training shall commence immediately upon successful completion of installation and successful demonstration of specifications. The training session shall include, at a minimum, a demonstration of all equipment functions and equipment operation which will allow NIST personnel to operate the system to its full capabilities, basic troubleshooting, maintenance and tuning operations. Installation and training must be scheduled, in advance, with the NIST Technical Contact to be identified at the time of award. LINE ITEM 0004: WARRANTY: The Contractor shall provide, at a minimum, a one year warranty for the equipment. The warranty shall be on-site at NIST Gaithersburg during business hours only. All parts, labor and travel shall be included. The Contractor must respond to the NIST Technical Contact via telephone or e-mail not later than 48 hours after a warranty call is placed. The Contractor must arrive on-site at NIST Gaithersburg not later than 2 weeks after the date the call is placed. DELIVERY Delivery, installation and training shall be completed not later than 120 days after receipt of a purchase order. Delivery term shall be FOB Destination. 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. INSPECTION AND ACCEPTANCE CRITERIA Inspection will be done at the NIST facility upon completion of installation. All functions of the equipment, both hardware and software, will be functionally tested to ensure that all required specifications are met. FINAL ACCEPTANCE NIST will provide payment in full upon successful completion of delivery, installation, training, demonstration of specifications, all required inspection and acceptance testing, and submission of a proper invoice from the Contractor. Payment terms shall be Net 30 Days. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability: Meeting or Exceeding the Requirement, 2) Past Performance, and Price. Technical Capability and Past Performance, when combined, shall be approximately equal in importance to price. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds all salient characteristics and specifications identified herein and meets the needs of the Government in the same manner as the brand name. Past Performance: Past Performance shall 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 and/or information provided by NIST and its affiliates. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a price quotation which addresses all line items; 2) For the purpose of technical evaluation quoters shall submit: Two copies of technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addresses all specifications and salient characteristics and clearly documents that the offered product(s) meet(s) or exceeds the those required herein; 3) For the purpose of past performance evaluation: A list of at least three (3) recent and relevant past performance references. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed; 4) Country of Origin for the quoted product; 5) Dun and Bradstreet Number for the quoter; 6) 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. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on May 31, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted. 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 provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, 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 quotes on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.211-6 Brand Name or Equal; 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 Rerepresentation; 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; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Message While Driving; 52.225-1, Buy American Act-Supplies; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0317/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02750885-W 20120519/120518000203-f1ccc0ae437513ca3b0d5adb3c8f1fa8 (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 |