SOLICITATION NOTICE
66 -- Probe Station Brand Name or Equal to - RFQ Format
- Notice Date
- 6/16/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, Colorado, 80305-3328
- ZIP Code
- 80305-3328
- Solicitation Number
- RA1341-09-CR-0692DR
- Archive Date
- 6/26/2009
- Point of Contact
- DianaRomero, Phone: 303-497-3761
- E-Mail Address
-
diana.romero@noaa.gov
(diana.romero@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This RFQ Format is encouraged to be used by offerors COMBINED SYNOPSIS/SOLICITATION Brand Name or Equal to Lakeshore Cryotronics Model #EMPX-HF Probe Station (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-09-RQ-0692DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. (IV) This solicitation is total small business set aside. The associated NAICS code is 334510. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN No. 0001 - Brand Name or Equal to Lakeshore Cryotronics Model #EMPX-HF Probe Station with the following salient characteristics. Quantity one (1) each (VI) Description of requirements is as follows: CLIN No. 0001 Salient Characteristics for Probe Station: Equipment specifications: Manual, micromanipulated probe station with at least four 67 GHz microwave wafer probes with integrated in-plane, 0.55T electromagnet for probing of 1 inch diameter wafers in the temperature range 5 K to 350 K. System should be integrated with necessary optics for probe placement, and include all pumps, power supplies, cryogen transfer devices necessary for operation, with an instrument console for compact footprint. System must include the following components. Detailed: 1) 0.55T in-plane electromagnet, water-cooled, with required fully linear 4-quadrant power supply, including DSP guassmeter and Hall probe to control and monitor field strength at the location of the sample. Required magnetic field homogeneity is better than 0.6% over a 10mm wafer diameter at maximum field, and required field control stability of 50 milliguass RMS. 2) Flow cryostat for use with both liquid helium and liquid nitrogen cryogens. Dewar pressure controller providing automated regulation of cryogen flow. Dual cryogen transfer line for precise control of cryogen flow, for operation over the temperature range 5 K to 350 K. Cryostat must have at least 50 mm optical port for sample and probe observation, with actively cooled radiation shield with IR-absorbing window above the sample. Radiation shield should include thermometers and 200W heater for active temperature control, including rapid warm-up. The system must support measurements in either ambient atmosphere at temperatures near room temperature or under vacuum for cryogenic measurements. 3) Sample stage: Non-magnetic, grounded and triaxial sample stage(s) must accommodate up to a 25 mm diameter wafer with active, stable temperature control over the range 5 K to 350 K. Should include thermometers and heaters for independent temperature control of cold head stage and radiation shield. 4) Four micromanipulated wafer probes are required with a minimum placement resolution of 20 micron or less placement resolution and with at least 25 mm probe travel in plane (in both x- and y- directions), and at least 18 mm travel in the out of- plane direction, in order to probe anywhere on a 25mm diameter sample. Requires non-magnetic probes and cables for operation to 67 GHz with appropriate connectors. Temperature sensors for monitoring the probe temperature are required for all four probes. Probes must have capability for +/ - 5 degrees planarization, and must be thermally linked to the cold head for cooling to near the sample operating temperature. 5) Temperature controllers for use with 4 sensors are required for independent regulation of cold head and radiation shield temperatures, and for temperature monitoring for at least one probe. Temperature control with 24 bit A/D and 20 Hz update rate providing temperature stability of: < 5mK RMS from 5 -50K (LHe); < 50 mK RMS > 50K (LHe); and <100 mK RMS > 80K (LN2). 6) Vibration isolation table including pneumatically driven gimbal piston isolator and supports providing self leveling with a resonant frequency below 2 Hz to minimize effects of vibration at sample. 7) Optics: 7:1 zoom microscope with 5 micron resolution, color CCD camera, sample illumination, and high-resolution video monitor. 8) Turbopump or equivalent for evacuating cryostat, with oil-free operation. 9) 19 inch rack, electronics console for housing all instrumentation and for spare parts storage. 10) On-site installation and certification of system, and training for laboratory personnel. 11) No refurbished equipment will be acceptable. (VII) Required delivery 120 days ARO. Place of delivery is 325 Broadway, Bldg. 22, Boulder, CO 80305-3328. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide the brand name or an "equal" product, including manufacturer and model number. Attached is the RFQ Format for responses and offerors are encouraged to use. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Award will be made based to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability - the contractor's quotation shall address all the salient characteristics outlined above in section VI. 2) Past Performance - the quotation shall include no fewer than three (3) references, including address, phone number, and point of contact, from users who recently been sold equivalent of the proposed items. Past performance will be evaluated in terms of quality, timeliness, and customer satisfaction. 3) Delivery - the quotation shall state delivery time. 4) Warranty - the quotation shall include, if any, warranty, the term of the warranty, and what is included (i.e. on-site, part, labor, travel etc.). 5) Price (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). (18) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (32)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Feb 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:www.arnet.gov (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.211-6 Brand Name or Equal (Aug 1999) DOC Local Clauses: 1352.216-70 Contract Type (March 2000) - This is a Firm Fixed Price type contract for supplies. 1352.201-70 Contracting Officer's Authority (March 2000) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 1352.208-70 Printing (March 2000) Unless otherwise specified in this contract, the Contractor shall not engage in, or subcontract for, any printing (as that term is defined in Title I of the Government Printing and Binding Regulations in effect on the effective date of this contract) in connection with performing under this contract. Provided, however, that performing a requirement under this contract involving the duplicating of less than 5,000units of only one page, or less than 25,000 units in the aggregate of multiple pages, such pages not exceeding a maximum image size of 10 and 3/4 inches by 14 and 1/4 inches, will not be deemed printing. 1352.209-71 Organizational Conflict of Interest (March 2000) (a) The Contractor warrants that, to the best of the Contractor's knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, or that the Contractor has disclosed all such relevant information. (b) The Contractor agrees that if an actual or potential organizational conflict of interest is discovered after award, the Contractor make will a full disclosure in writing to the Contracting Officer. This disclosure shall include a description of actions which the Contractor has taken or proposes to take, after consultation with the Contracting Officer, to avoid, mitigate, or neutralize the actual or potential conflict. (c) Remedies - The Contracting Officer may terminate this contract for convenience, in whole or in part, if it deems such termination necessary to avoid an organizational conflict of interest. If the Contractor was aware of a potential organizational conflict of interest prior to award or discovered an actual or potential conflict after award and did not disclose or misrepresented relevant information to the Contracting Officer, the Government may terminate the contract for default, debar the Contractor for Government contracting, or pursue such other remedies as may be permitted by law or this contract. (d) The Contractor further agrees to insert provisions which shall conform substantially to the language of this clause, including the paragraph (d), in any subcontract of consultant agreement hereunder. 1352.209-73 Compliance with the Laws (March 2000) The Contractor shall comply with all applicable laws and rules and regulations having the force of law which deal with or relate to performance hereunder or the employment by the Contractor of the employees. 1352.233-70 Harmless from Liability (March 2000) The Contractor shall hold and save the Government, its officers, agents, and employees harmless from liability of any nature or kind, including costs and expenses to which they may be subject, for or on account of any or all suits or damages of any character whatsoever resulting form injuries or damages sustained by any person or persons or property by virtue of performance of this contract, arising or resulting in whole or in part from the fault, negligence, wrongful act or wrongful omission of the contractor, or any subcontractor, their employees, and agents. 1352.215-73 Inquiries (March 2000) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than two calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. 1352.233-71 Service of Protests (March 2000) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm ) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority). Agency protests filed with the Contracting Officer shall be sent to the following address: Diana Romero, MC3, 325 Broadway, Boulder, CO 80305-3328 If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce Office of the General Counsel Contract Law Division--Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. Attn: Mark Langstein, Esquire FAX: (202) 482-5858 (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 12:00 P.M. MDT on June 24, 2009. All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-7791 and email address is Diana Romero@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Diana Romero, 303-497-3761, Diana.Romero@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-09-CR-0692DR/listing.html)
- Place of Performance
- Address: 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN01846355-W 20090618/090616235830-3cc95699d2bfe0795f58a895e2c57618 (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 |