Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2009 FBO #2814
SOLICITATION NOTICE

66 -- The National Institute of Standards and Technology is seeking to purchase a Silicon Drift Detector X-ray Microanalysis System.

Notice Date
8/6/2009
 
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-0515
 
Archive Date
9/5/2009
 
Point of Contact
Janet M. Lamb, Phone: 3019756205, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
janet.lamb@nist.gov, todd.hill@nist.gov
(janet.lamb@nist.gov, todd.hill@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) 2005-33 (Effective 7/15/2009). *** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** *** The National Institute of Standards and Technology is seeking to purchase a Silicon Drift Detector X-ray Microanalysis System. *** Background: NIST has the need of silicon drift detector (SDD) energy dispersive x-ray spectrometer to be mounted on a FEI Company model Quanta 200F environmental scanning electron microscope. The SDD will be used for nanometer scale particle analysis and high speed x-ray spectral imaging. ***All interested Contractors may provide a quote for the following: LINE ITEM 0001: Quantity One (1) Silicon Drift Detector X-ray Microanalysis System. The Silicon Drift Detector X-ray Microanalysis System shall meet or exceed the following minimum specifications: 1.The SDD shall mount on the EDS port of the FEI Quanta 200F and shall include an appropriate collimator to reduce the entrance of remotely generated x-rays into the detector. It shall also contain an appropriate electron trap for preventing the entrance of backscattered electrons into the detector. 2.The SDD shall be cooled passively without the need for fans, liquid recirculation or cryogenic cooling. 3.The SDD system shall be capable of collecting a secondary or backscattered electron image from the FEI Quanta 200F. 4.The energy dispersive x-ray spectrometer shall use silicon drift detector technology (SDD) and must have a minimum active area of 30 mm2. 5.The SDD shall have a user adjustable mounting or slide for setting the sample to detector distance for the purpose of maximizing the solid angle. 6.The SDD shall have an energy resolution of 129 eV or better at Mn Ka. 7.The SDD shall have a minimum input count rate of 100,000 cps. The SDD system shall be delivered with a system computer with a supported Windows operating system, adequate storage hard drive, sufficient internal memory, minimum 19 inch LCD monitor, Microsoft Office and all OS, vendor software, and 3rd party software media for reinstallation if necessary. 8.The SDD system shall be covered by complete warranty for a minimum of one year from date of acceptance at no additional cost. This shall include all vendor software updates during this time frame. 9.The SDD system must be capable of collecting and storing a complete spectrum at each pixel. The system must include tools for analyzing the data cube. 10.Qualitative and quantitative x-ray microanalysis software shall be included. Particle identification and analysis software is desirable. 11.Offline analysis software shall be included. It shall be clearly stated whether the offline analysis software requires a separate license and the pricing for 1 to 3 additional offline licenses shall be included. LINE ITEM 0002: INSTALLATION AND TRAINING: The Contractor shall install the system. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required specifications. Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. The contractor shall schedule and facilitate one (1) training session for up to one (1) technician at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and demonstration of performance specifications, but shall be completed no later than 30 days after delivery. LINE ITEM 0003: WARRANTY: The Contractor shall provide, at a minimum, a one year warranty for the equipment. The warranty shall be on-site at NIST Gaithersburg during business hours only. All parts, labor and travel shall be included. OPTION LINE ITEM(S): The following items are option line items. The Contractor shall provide pricing for these items. Prices quoted shall be effective for a period of one year from the date of award. Award of option line items is at the sole discretion of the Government in accordance with 52.217-7. OPTION LINE ITEM 0004: SERVICE CONTRACT Line Item 0004 the terms of service contract shall be identical to the warranty. OPTION LINE ITEM 0005: Analysis software packages, such as an automation plug-in, forensic analysis suite (optional). OPTION LINE ITEM 0006: Application specific detector hardware, such as special collimators (optional). The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Relevant Experience, and 4) Price. Technical Capability, Past Performance, and Relevant Experience, when combined, are more important than Price. Award shall be made on a best value basis. ****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. The additional required information below shall be used to determine technical capabilities. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance should be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its’ affiliates. Quoters should 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. Relevant Experience shall be evaluated to determine the extent of the Contractor's experience and knowledge in providing similar silicon drift detector x-ray microanalysis systems. Evaluation of relevant performance may be based on contracts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. 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. Inspection and Acceptance Criteria: 1.Visual and physical check at NIST laboratory for adherence to design specifications. 2.Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready as determined by the contractor, and may be witnessed by the contractor. FINAL ACCEPTANCE NIST will accept the system, and provide payment upon successful completion of delivery, installation, training and demonstration of all required specifications. Payment terms shall be Net 30 Days. *** 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.52.225-3 Buy American Act-NAFTA; (ii) Alternate 1 of 52.225-3 i.52.225-13 Restriction on Certain Foreign Purchases, and j.52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 3.52.217-7 Option for Increased Quantity—Separately Priced Line Item The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within Line Item 0004: within 1 year of the base award Line Item 0005: within 1 year of the base award (optional) Line Item 0006: within 1 year of the base award (optional) Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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 all Line Items; 2) An original and one (1) copy of the technical description and/or product literature; 3) explain how your product meets or exceeds each specification; 4) Description of commercial warranty; 5) An original and one (1) copy of the most recent published price list(s); 6) Country of Origin information for each line item; 7) A list of 3 references: Name of the reference contact person, the company, telephone number of the reference contact person; 8) Provide a detailed description of how energy resolution is impacted by countrate, deadtime and time constant; 9) Provide a detailed description of input versus output count rate and count rate linearity as a function operating conditions; 10) Provide detailed description of available pixel sizes, storage/output formats available and manipulation tools; 11) Provide detailed description of available pixel sizes, storage/output formats available and manipulation tools; 12) Provide details of software capabilities and limitations: 13) Descriptions and prices shall be included with the optional items. *** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Janet Lamb, 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 1:00 p.m. local time on August 21, 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: Janet Lamb. 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 (Janet Lamb) at janet.lamb@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-0515/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01902920-W 20090808/090807001707-a94118c153270cb1eec120acee3f72be (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.