SOLICITATION NOTICE
66 -- Optical Computed Tomography Scanning System
- Notice Date
- 8/9/2006
- 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-0642
- Response Due
- 8/16/2006
- Archive Date
- 8/31/2006
- 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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. 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 unrestricted and all interested offerors may submit a quote. 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 interested quoters shall provide a quote for the following line item: LINE ITEM 0001: Quantity 1 each Optical Computed Tomography Scanning System, MGS Research, Inc., Model DRYSCANNER or equal, meeting all of the following salient characteristics: 1. Three dimensional optical scanning using a red laser; 2. Voxel resolution of 0.1mm x 0.1mm x 0.1mm; 3. Field of view of at least 2 cm; 4. Image resolution of at least 12 bits over an optical density range of 10 (4096 shades of gray); 5. Able to read gels or plastics up to a maximum optical density of 3; 6. Must include software for scanner control and data acquisition, and software for image reconstruction. Software must be Windows based to be compatible with NIST?s computer systems; 7. Must use high speed data transfers with parallel, SCSI or USB port to host computer; 8. Must include facility for data storage in either binary or ASCII format. WARRANTY: The Contractor shall state the warranty coverage provided for the system. Please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty. 2. What is included? (parts, labor) 3. Is the warranty on-site or return to vendor? If on-site - is travel included? If return to vendor - is shipping to and from NIST included? Delivery terms shall be FOB Destination. Delivery shall be completed in accordance with the Contractor?s commercial schedule. FOB DESTINATION MEANS: 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. Award will be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor: Meeting or Exceeding the Requirement, 2) Past Performance, and Price. Technical Capability and Past Performance, when combined, are equal in importance to price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the salient characteristics stated herein and meets the Government?s needs in the same manner as the brand name. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b)(10) and/or the offeror?s recent and relevant procurement history with NIST or its affiliates. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial; and 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: 52.204-7 Central Contractor Registration; 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: (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; (24) 52.225-3 Buy American Act?Free Trade Agreement?Israeli Trade Act (JAN 2005) with Alternate I; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and; (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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses line item 0001 and all technical evaluation criteria; (2) Technical description and/or product literature for all quoted products; and (3) A list of at least three (3) references to whom the same or similar product has been provided. 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. All quotes must 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. Offerors shall ensure the RFQ number is visible on the outermost packaging. NOTE: In accordance with FAR 52.204-7, the successful Contractor must be registered at www.ccr.gov prior to award. The Government will not award a purchase order to any vendor that is not registered at www.ccr.gov. Submission must be received by 3:30 p.m. local time on August 16, 2006. E-MAIL QUOTES SHALL BE ACCEPTED. FAX quotes shall not be accepted.
- Place of Performance
- Address: Ship to:, NIST/Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD 20899
- Zip Code: 20899
- Country: UNITED STATES
- Zip Code: 20899
- Record
- SN01109947-W 20060811/060809220430 (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 |