SOLICITATION NOTICE
66 -- Atomic Force Microscope (AFM) System
- Notice Date
- 5/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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
- SB1341-05-Q-0573
- Response Due
- 5/20/2005
- Archive Date
- 6/4/2005
- 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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN 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 2005-03. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is 100% set aside for small businesses. Only interested small businesses may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, Atomic Force Microscope System to be used in the Ceramics Division at NIST in Gaithersburg, Maryland. *** ***All interested offerors shall provide a quote for the following line items: Line Item 0001: The Contractor shall furnish one (1) each, Atomic Force Microscope System. ***System shall include all of the following: (1) Atomic force microscope system with optical microscope coupled to digital camera and computer display; (2) Environmental chamber and vibration isolation table to attenuate mechanical vibrations from the air and the floor, and to reduce thermal fluctuations at the instrument; (3) Computer control system with complete, open source software for instrument control and image analysis. Computer shall include a minimum of two monitors for the simultaneous display of multiple control menus and images; (4) A minimum of 2 days on-site installation and training; (5) A trial period of at least six months, to begin at the end of the on-site installation and training; and (6) Technical support for as long as NIST owns the instrument.*** ***System shall be capable of all of the following: (1) Operating in contact and AC (?intermittent contact? or ?tapping?) mode; (2) Scanning a minimum image area of 75 ?m x 75 ?m (x and y dimensions, in the plane of the specimen surface), with a minimum z range (perpendicular to the surface) of 15 ?m. Accommodating specimens at least 50 mm x 50 mm (X, Y) and 20 mm high (z), with coarse positioning stages to locate the area of interest under the scanning tip; (3) AFM image resolution up to at least 4096 x 4096 pixels (4096 data points along each of 4096 scan lines); (4) Closed-loop control and measurement of displacement of all three scanning axes (x, y and z). Noise in the displacement sensor systems for each of the three axes shall be less than 1.0 nm for a bandwidth from 0.1 Hz to 1 kHz; (5) Performing an automatic thermal calibration of the spring constant of a cantilever that is mounted for imaging; (6) Imaging in ambient air or in liquid; (7) Imaging soft biological and polymeric materials; (8) Performing patterning (?nanolithography?) of soft surfaces in contact mode from standard-format image source files; (9) Performing manipulation of nanoscale particles on surfaces; (10) Optical imaging of the specimen both from above (looking down on the cantilever) and looking up from below, through a transparent specimen (for compatibility with future use on an inverted fluorescence microscope); (11) Measuring force-displacement data for the tip/surface interaction at a given point, providing multiple electric signal paths to the cantilever mount, for accommodation of custom, NIST instrumentation of the imaging process; and (12) Access to all significant AC and DC signals used in the operation of the instrument, for NIST modification of instrument operation. These signals should include, but are not limited to: x, y and z piezo voltages, x, y and z displacement voltages, cantilever deflection, amplitude and phase information from AC scan mode, plus user input and output signals. *** ***Delivery shall be FOB DESTINATION and shall be completed no later than 90 days after receipt of 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quotation, conforming to this synopsis/solicitation; will offer the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will 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 IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. 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; and the date of delivery or the date services were completed. ****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable Atomic Force Microscope (AFM) Systems for the types of applications described herein. Information on past experience may be obtained from references. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror 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.*** Clauses: 52.204-7, Central Contractor Registration (Oct 2003); (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns; (7) 52.219-8, Utilization of Small Business Concerns; 52.212-4, Contract Terms and Conditions?Commercial Items; (18)(i) 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns with Alternate I; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, including subparagraphs: (23) 52.212-3 Convict Labor; (24) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (25) 52.222-21, Prohibition of Segregated Facilities; (26) 52.222-26, Equal Opportunity; (27) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (28) 52.222-36, Affirmative Action for Workers with Disabilities; (29) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (33) (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2004); (37) 52.225-13, Restrictions on Certain Foreign Purchases; (38) 52.225-15, Sanctioned European Union Country End Products (FEB 2000)(E.O. 12849); (42) 52.232-33, Payment by Electronic Funds Transfer? Central Contractor Registration (May 1999)(31 U.S.C. 3332); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984); and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) 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 should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Jennifer Roderick, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. SECURITY REQUIREMENTS Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of proposals. If proposals are hand delivered, delivery must be made through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. Notice must 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. NIST IS NOT RESPONSIBLE FOR LATE DELIVERY DUE TO THE ADDED SECURITY MEASURES. In addition, offerors who do not provide a 48-hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver offers 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, building, room number, etc.) If 48 hour notification was not provided, it is suggested that 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?s center and complete delivery. ****Submission must be received by 3:00:00 p.m. local time on May 20, 2005. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED. ** Numbered Notes 1 **
- Place of Performance
- Address: 100 Bureau Drive, Shipping & Receiving - Building 301, Gaithersburg, Maryland
- Zip Code: 20899-0001
- Country: USA
- Zip Code: 20899-0001
- Record
- SN00800602-W 20050506/050504211738 (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 |