SOLICITATION NOTICE
66 -- Optical Zoom Stereomicroscope System
- Notice Date
- 3/15/2006
- Notice Type
- Solicitation Notice
- 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, MD, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-06-Q-0266
- Response Due
- 3/30/2006
- Archive Date
- 4/14/2006
- 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. SIMPLIFIED ACQUISITION PROCEEDURES ARE UTILIZED IN THIS PROCUREMENT. 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) 2005-08. *** 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, Optical Zoom Stereomicroscope System to be used in the Atomic Physics Division at NIST, Gaithersburg, MD. *** ***All interested Offerors shall provide a quote for the following line item: Line Item 0001: The Contractor shall furnish one (1) each, Optical Zoom Stereomicroscope System. BACKGROUND NIST requires an optical zoom stereomicroscope system for qualitative characterization of surface and bulk optical defects and stress birefringence in optically transmissive materials, and for general-purpose microscopy. The Optical Zoom Stereomicroscope System shall meet or exceed the following specifications: 1) Gallilean-type stereomicroscope with at least 12:1 zoom range. Zoom should have defined click stops. 2) 0.5 x parfocal plan apochromatic or fluorite objective, 0.05-0.07 NA. Field size greater or equal to 60 mm at lowest magification. Working distance greater than or equal to 70 mm. 3) (1.2-1.6) x parfocal plan apochromatic objective, greater than or equal to 0.13 N.A. Working distance greater than or equal to 25 mm. 4) Revolving nose piece which holds both objectives. Must have position indent to accommodate mono on-axis view for camera. 5) 10 x adjustable stereo eyepieces (field number=22mm) with interpupillary distance and diopter adjustments, and with reticle. 6) Binocular head with fixed inclination from horizontal within range 20 to 30 degrees. 7) Long stage pillar to accommodate the long working-distance optics. 8) Focusing mount with course and fine adjustments. 9) Two quartz halogen fiber optic light sources with power greater than or equal to 100 W to support the following: a) Dual gooseneck, flexible light pipes with individual focusing lenses. This can share fiber optic light source with the coaxial illuminator. b) Coaxial episcopic illuminator for on-axis vertical illumination within the optical system of the microscope. The coaxial illuminator can share fiber optic light sources with the light pipes. c) Oblique-contrast, transmitted-light base which can produce on-axis light rays, or by a switching mechanism, produce off-axis light rays with an opaque on-axis light stop for oblique illumination with high direct light rejection. This illuminator should have its own dedicated light source. 10) Polarizer set with rotation adjustable for both polarizer and analyzer. 11) 4 Megapixel digital, high-sensitivity, monochrome, Peltier-cooled CCD camera with slideable RBG liquid crystal color filter module to convert to high quality color images. Camera should be QI Monochrome Retiga-4000R with QI RGB-HM-S filter or equivalents which have the following characteristics: a) Incorporates the Interline KAI-4021M CCD chip or equivalent having 4 M pixels, 21mm diagonal chip size, 7micron by 7micron pixel size for large dynamic range (60 dB), 1:1 aspect ratio, and 12-bit digital output. b) Integrated slidable RBG liquid crystal color filter module to convert to high quality color images. Filter controlled directly through camera. c) Camera controlled through computer through 1394 firewire digital interface. d) Software for real-time image preview and capture, including integrated control of RBG liquid-crystal color filter, and for microscopy image analysis. ***Delivery shall be FOB DESTINATION and be completed within twelve (12) weeks or less after receipt of order (ARO). *** ***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 evaluate information based on the following evaluation criteria: 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 Optical Zoom Stereomicroscope System 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 shall 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. *** ***The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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: (5) 52.219-6, Notice of Total Small Business Set-Aside; (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) Buy American Act ? Supplies; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 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. All clauses may be viewed at www.acqnet.gov. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30 PM local time, on March 30, 2006 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. 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 made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/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 offers/quotes 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, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested 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 center and complete delivery. Notice shall 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. Faxed quotes will 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
- SN01006789-W 20060317/060315211838 (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 |