Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2009 FBO #2786
SOLICITATION NOTICE

66 -- Inductively-Coupled Plasma Optical Emission Spectrometry System (ICP-OES) - ICP-OES Specifications

Notice Date
7/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-rq-0320
 
Archive Date
8/8/2009
 
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
(paula.wilkison@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
NIST ICP-OES Specifications 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 under the authority of 13.5 Test Program for Certain Commercial Items.*** ***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) 2005-34.*** *** 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 unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Inductively-Coupled Plasma Optical Emission Spectrometry System (ICP-OES). *** Background: The Inorganic Chemical Metrology Group (ICMG) of NIST’s Chemical Science and Technology Laboratory serves as the nation’s reference laboratory for chemical measurements and standards to enhance U.S. industry’s productivity and competitiveness, assure equity in trade, and provide quality assurance for chemical measurements used for assessing and improving public health, safety, and the environment. The ICMG has a requirement for an Inductively-Coupled Plasma Optical Emission Spectrometry System (ICP-OES) on which to perform a variety of inorganic chemical measurements as well as innovative research. The instrument will be used to value assign Standard Reference Materials (SRMs), such as the 3100 series of single-element solution SRMs, SRM 3182 Chloride, and SRM 3184 Bromide. It will also be used for other determinations of importance as they arise. Consequently, the instrument must be suitable for the implementation of the HP-ICP-OES approach, meaning that it must be capable of truly simultaneous data acquisition, simultaneous full spectral coverage, and random and repeated sample vial access. Further, the new ICP-OES instrument must be capable of acquiring time-resolved data, as required for coupling to a DMA or chromatograph, and must allow easy access to the nebulizer and spray chamber during plasma operation. ***All interested Contractors may provide a quote for the following: Line Item 0001: Inductively-Coupled Plasma Optical Emission Spectrometry System (ICP-OES), which shall meet or exceed the minimum specifications outlined in the attachment (NIST ICP-OES Specifications.doc). The Contractor shall provide installation for the Inductively-Coupled Plasma Optical Emission Spectrometry System (ICP-OES). Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, system verification, and system check for manufacturing defects and any damage during shipment. The Contractor shall provide a thorough demonstration of all equipment functions. This must include a demonstration of all salient characteristics herein. The Contractor shall schedule and facilitate on-site (Gaithersburg, MD) training for at least four (4) NIST researchers. The training shall provide a thorough demonstration of all equipment functions. This must include a demonstration of all salient characteristics herein. The training may be scheduled concurrently with the installation. 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 quoter whose quote offers the best value to the Government, technical capability, past performance and price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Minimum Specifications," 2) Past Performance and 3) Price. Technical capability and past performance, when combined, shall be approximately equal in importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. 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. The primary specifications stated in the specifications document are minimum specifications. A quoted system must meet all of those to be considered for award. As noted in the specifications document, stronger consideration will be given to a system that provides one or more of the following secondary specifications: 1.Spectrometer purging system that does not require a continuous supply of gas (e.g., recirculating system) 2.Dual-view (axial and radial) 3.Support for qualitative analysis to identify unknown sample components 4.Software aids for identifying potential spectral interferences using NIST and/or other recognized wavelength databases 5.Optical (FWHM) resolution better than 8.5 pm at 200 nm 6.Capability to vary optical resolution by changing slit widths or other means 7.Automatic scheduled startup and plasma ignition 8.Inclusion of service contract for at least 5 years 9.Inclusion of software upgrades for at least 5 years 10.Inclusion of consumables kit A quoted system that fails to meet any or all of the secondary specifications will not be deemed technically unacceptable. However, by including one or more of these, it will add greater technical merit. 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.52.219-28 Post Award Small Business Program Rerepresentation b.52.222-3 Convict Labor c.52.222-19 Child Labor – Cooperation With Authorities And Remedies d.52.222-21 Prohibition of Segregated Facilities e.52.222-26 Equal Opportunity f.52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans g.52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans h.52.222-36 Affirmative Action for Workers with Disabilities i.52.222-50 Combating Trafficking in Persons j.52.225-3 Buy American Act- Free Trade Agreement – Israeli Trade Act k.52.225-13 Restriction on Certain Foreign Purchases, and l.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 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***Submission shall be received not later than 3:00 p.m. local time on July 24, 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-rq-0320/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01872607-W 20090713/090711233244-27001f29c36826fa5d30509582e2cd46 (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.