Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2015 FBO #4954
SOLICITATION NOTICE

66 -- Dual Pressure Generation System - Statement of Work

Notice Date
6/15/2015
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB647070-15-02102
 
Archive Date
7/7/2015
 
Point of Contact
Angela L. Hitt, Phone: 3034977305
 
E-Mail Address
angela.hitt@nist.gov
(angela.hitt@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested; but a written solicitation will not be issued. This solicitation, NB671000-15-02102 issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This solicitation is full and open. This combined synopsis/solicitation is for the following commercial item(s): 0001: Dual Pressure Generation System: QTY 1 Description of requirements for the item to be acquired: To accurately measure the sound speed and the viscosity of fluids, the high-pressure measurement cells must be filled with a fluid or fluid mixture in a known single-phase state so the temperature and pressure of the pump cylinders/pistons must be well known over a temperature range from -30 °C to 100 °C. The pumps must be capable of pressurizing the fluid or fluid mixture at pressures up to 20,000 psia. The pumps must be programmable and interfaced to the instrument control computer to allow the pressure to be changed by the computer between measurements. The rate of pressurization must be programmable and the volume change associated with the pressure change must be known (dispensed volume). The pumps must be corrosion resistant 316 stainless steel or Hastelloy with polytetrafluoroethylene (PTFE) piston seals with no flow pulseation while dispensing a maximum of 60 to 100 ml of fluid or fluid mixture to the measurement cell. The Contractor shall provide two (2) high pressure pumps that meet or exceed the following minimum technical specifications in accordance with the requirements of the attached Statement of Work: TECHNICAL SPECIFICATIONS: • Pressure range: 0-20,000 psia with a pressure transducer that is interfaced to the controller with at most 0.5% uncertainty in pressure; • Flow rate from 0.001 ml/min to 25 ml/min with an uncertainty of at most 0.3 %; • Programmable controller to maintain/change pressure or flow rate or dispensed volume; • Temperature controlled jacket for pump cylinder volume with temperature range from -30 C to 100 C; • Pump cylinder/piston: corrosion resistant 316 stainless steel or Hastelloy with a volume from 60 ml to 100 ml; • Computer interface to pump controller with a RS-232 serial or GPIB (IEEE-488); • Positive displacement piston with no pulsation over entire cylinder volume; • Power 115 VAC, 60 Hz. The requested delivery is 60 days ARO. Delivery is NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical requirements and deliverable schedule. Quote shall include cost of shipping. The quote must include the following: 1) The technical specifications for the dual pressure generation system 2) The anticipated delivery schedule (ARO) and 3) The fixed-price for the dual pressure generation system with one (1) year warranty for delivery FOB destination. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract based on the following factors: Technical capability, deliverable schedule, and price. Technical capability will be evaluated by how well the proposed products meet or exceed the Government's requirement identified in the attached Statement of Work to include warranty, telephone and online support. Deliverable schedule will be evaluated by now well the required deliverable schedule meets or exceeds the required deliverable schedule stated in the Statement of Work. Technical capability is approximately equal to price. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, results in the lowest priced, technically acceptable quote to the Government. The following will be used to evaluate quotations: Technical Acceptability Price TECHNICAL ACCEPTABILITY Technical acceptability will be evaluated and a determination made as to whether the quoted equipment and services can meet all requirements of the Statement of Work including the response times. The quotations clearly demonstrating that it meets all requirements contained herein will be determined acceptable. PRICE Price shall be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine whether that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. The quoter must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Commercial Items including subparagraphs: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-13, Notice of Set-Aside of Orders 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 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR.217-8, Option to Extend Services FAR 52.242-15, Stop-Work Order FAR 52.246-4, Inspection of Services - Fixed-Price FAR 52.252-2, Clauses Incorporated by Reference 1352.201-70, Contracting Officer's Authority 1352.246-70, Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST, 325 Broadway, Boulder, CO 80305 FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. The following provisions and clauses are also applicable to this acquisition: NIST LOCAL-04, NIST LOCAL-39, CAR 1352.209-73, CAR 1352.209-74, CAR 1352.213-70, CAR 1352.215-70, CAR 1352.233-70, CAR 1352.233-71. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm The Contractor shall submit a quote, to be received no later than 10 a.m. Mountain Time, Monday, June 22, 2015, and in addition to technical information must include the following: Company name, address phone numbers, DUNS number. Quotes shall be delivered via email to angela.hitt@nist.gov. Please direct any questions regarding this solicitation to Angela Hitt at angela.hitt@nist.gov no later than 11:00 a.m. Mountain Time, Wednesday, June 17, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB647070-15-02102/listing.html)
 
Place of Performance
Address: U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Acquisitions Management Division, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03764332-W 20150617/150615234415-2e2663cad7e27ffa4139f0e39194b173 (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.