SOLICITATION NOTICE
66 -- Germanium (Ge) Detection System
- Notice Date
- 4/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- NA1341-03-Q-0352
- Archive Date
- 5/16/2003
- Point of Contact
- Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
- E-Mail Address
-
joni.laster@nist.gov, carol.wood@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. 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) 2001-13. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote.*** ***All interested offerors shall provide a quote for a Germanium Detection System consisting of the following components: Line Item 0001: One (1) High efficiency, high resolution, p-type coaxial Ge detector with the following: (1) a relative efficiency of greater than or equal to 40%; (2) FWHM less than or equal to 1.75 keV at 1332 keV at 6 microsecond shaping time; (3) a peak-to-Compton greater than or equal to 60 and, (4) RC feedback amplifier; Line Item 0002: One (1) Attached to a vertical dipstick cryostat with a filling collar (no dewar); Line Item 0003: High performance energy spectroscopy amplifier with the following specifications: (1) automatic pole-zero adjustment; (2) ability to set to automatic base-line restore and to use with a transistor reset preamplifier; (3) input for both positive and negative polarity signals from a germanium detector preamplifier (4) a positive 0 to 10-V output signal suitable for use with a multi-channel pulse-height analyzer (5) continuously variable gain from 2.5 to 1500; (6) selection of triangular and Gaussian pulse shaping (from unipolar output); (7) selection of shaping constants of 1, 2, 3, and 6 microseconds (8) efficient, built-in pile-up rejection; (9) <8% broadening of the FWHM and peak position shifts <?0.018%for counting rates up to 100,000 counts/s and, (10) ? 6 ?v equivalent input noise; Line Item 0004: One (1) Bias (positive or negative) voltage supply with the following specifications: (1) a range from 0 to 5 kV within ?3% of dial setting; (2) <?0.1%/h variation in output voltage; (3) a bias shutdown input compatible with a standard warm-up sensor; (4) indicators for voltage, positive or negative bias, and shutdown and , (5) noise and ripple ? 10 mv peak-to-peak and, Line Item 0005: One (1) NIM standard bin/power supply with voltages of +/-6, +/-12, and +/-24, V dc, high quality ground, power return ground, and 117 V ac. The bin shall provide mounting space and power sources for up to 12 standard NIMs. ***The Contractor shall state the warranty coverage provided for all line items. *** ***Delivery shall be FOB DESTINATION and shall be completed no later than 60 days after receipt of an order.*** 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 (FOB DESTINATION). The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ***Award shall be made to the offeror whose quote offers the best value to the Government, technical, past performance & price considered. The Government will evaluate information in accordance with Federal Acquisition Regulation (FAR) 13.106-2-Evaluation of quotations based on the following: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical capability & past performance shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Offerors shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance will be evaluated to determine the overall quality of the product & service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided and/or the offerors recent and relevant procurement history with NIST or it's affiliates.***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. *** 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: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52-222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (19) (i) 52.225-3 Alternate I, Buy American Act - North American Free Trade Agreement-Israeli Trade Act-Balance of Payment Program-Supplies; (21) 52.225-13 Restriction on Certain Foreign Purchases and (25) 52.232-34, Payment by Electronic Funds Transfer-Other than 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.***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) Two (2) copies of technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) A list of three (3) contracts/purchase orders completed during the past three years for similar requirements with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; and 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ***Submission shall be received by 3:00 p.m. local time on May 01, 2003. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer (Joni Laster) @ joni.laster@nist.gov. FAXED/ELECTRONIC QUOTES WILL NOT BE ACCEPTED. ***
- Place of Performance
- Address: 100 Bureau Drive,, Gaithersburg, Maryland
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00308266-W 20030423/030421213252 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |