Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2009 FBO #2657
SOLICITATION NOTICE

66 -- Brand Name Only: Photron Ultima APX-RS M2 GB High Speed Video System

Notice Date
3/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment 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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0150
 
Archive Date
4/3/2009
 
Point of Contact
Paula Wilkison,, Phone: 301-975-8448, Patrick K Staines,, Phone: (301)975-6335
 
E-Mail Address
paula.wilkison@nist.gov, patrick.staines@nist.gov
 
Small Business Set-Aside
N/A
 
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 (FAC) 2005-30.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 500 employees. However, this is a full and open competition, and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Photron Ultima APX-RS M2 GB High Speed Video System. Brand Name Only Justification: The Surface and Microanalysis Science Division of NIST’s Chemical Science and Technology Laboratory has a requirement for a Photron Ultima APX-RS high speed digital camera. This camera is to be used in conjunction with NIST’s existing Ultima APX-RS high speed digital camera to produce stereo high speed videography. The required high speed camera must be capable of 250,000 frames per second, with 1024 x 1024 pixel resolution at up to 3,000 frames per second and 512 x 512 pixel resolution at 10,000 frames per second. The required camera must communicate with the existing camera and existing software to maintain essential research capabilities. Photron USA has confirmed that the required camera software and communications applications are proprietary and thus cannot be provided by any other manufacturer. Purchasing a new high speed digital camera from another manufacturer would necessitate replacing the existing high speed digital camera, an unnecessary duplication of costs. NIST cites authority of FAR subpart 13.106 b (1): Only one responsible source and no other supplies or services will satisfy agency requirements as primary rationale for Brand Name Only Determination. ***Line item 0001 is a BRAND NAME ONLY requirement.*** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Photron Ultima APX-RS M2 GB High Speed Video System. The Photron Ultima APX-RS M2 GB High Speed Video System shall consist of the following components: 1.Ultima APX-RS FM (Monochrome) – Photron part 1417-0001 2.Memory (8 BGyte optional module) – Photron part 1410-8000 3.Gigabit Ethernet – Photron part 1410-1000 Delivery terms shall be FOB Destination. 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 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor’s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its’ affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The Contractor must include the references name, contact person, and contact information in the quotation. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors 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. ******The following clauses apply to this acquisition: 1.52.212-4 Contract Terms and Conditions—Commercial Items; 2.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: a.52.222-3 Convict Labor b.52.222-19 Child Labor – Cooperation With Authorities And Remedies c.52.222-21 Prohibition of Segregated Facilities d.52.222-26 Equal Opportunity e.52.222-36 Affirmative Action for Workers with Disabilities f.52.222-50 Combating Trafficking in Persons g.52.225-3 Buy American Act- Free Trade Agreement – Israeli Trade Act h.52.225-13 Restriction on Certain Foreign Purchases, and i.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; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) A list of three (3) references which includes the contact’s name, phone number, and e-mail; 6) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula A. Wilkison, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) *** ***Submission shall be received not later than 3:00 p.m. local time on March 19, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Paula Wilkison. Because of heightened security, FedEx, 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, Building, 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-U.S. 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. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Paula Wilkison) @ paula.wilkison@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a98261a3a5acb13f7356b7d50488be4&tab=core&_cview=1)
 
Place of Performance
Address: 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland, 20889, United States
Zip Code: 20889
 
Record
SN01761533-W 20090306/090304220006-2a98261a3a5acb13f7356b7d50488be4 (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.