SOLICITATION NOTICE
66 -- Droplet Imaging Analysis System
- Notice Date
- 8/12/2009
- 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-0545
- Archive Date
- 9/8/2009
- Point of Contact
- Joni L Laster, Phone: 301-975-8397, Patrick K Staines, Phone: (301)975-6335
- E-Mail Address
-
joni.laster@nist.gov, patrick.staines@nist.gov
(joni.laster@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. THE 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) 2005-36, effective August 1, 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 quoters may submit a quotation. The National Institute of Standards and Technology (NIST) has a requirement for one (1) Droplet Imaging Analysis System. The required equipment must be new. Refurbished and or remanufactured equipment shall not be considered for award. NIST has a requirement to measure accurately the characteristics of individual droplets dispensed by ink-jet devices. The mission of NIST, as mandated by Congress, is to develop and promote measurements, standards, and technology to enhance productivity, facilitate trade, and improve the quality of life. Reliable standards are needed to test the performance and effectiveness of trace explosive and narcotic detectors, which protect the public and infrastructure of the U.S. Currently, NIST has an active program in trace detection metrology, which is designed to meet the measurement quality needs of organizations and agencies that use trace detectors. Measurement standards are being developed using piezoelectric ink-jet devices, which can dispense nanogram-sized droplets containing trace quantities of explosives or narcotics. The size and velocity of such droplets are dependent on many factors, and the characteristics of the first several droplets that emerge from piezoelectric ink-jet devices can be different from subsequent droplets due to acoustic and fluid resonance effects. NIST requires an accurate and traceable system for measuring diameters and velocities of individual droplets that emerge from drop-on-demand piezoelectric ink-jet devices. All interested Contractors shall provide a quote for the following line item: Line Item 0001: Quantity (1) each, Droplet Imaging Analysis System which shall meet or exceed the following minimum required specifications: General Requirements: 1)The system must be designed to measure accurately the diameter and velocity profile of individual droplets in flight after emergence from a drop-on-demand piezoelectric ink-jet device. 2)The system must be capable of fully functional control through MS Windows-based software, which can display and record measurement data. Specific Requirements: 1.The system must be able to measure a droplet diameter in the range of 10 micrometers to 150 micrometers. 2.The system must be able to measure a droplet velocity in the range of 0.5 meters per second to 10 meters per second. 3.The system must be able to measure the diameter and velocity of the first droplet emerging from a drop-on-demand piezoelectric ink-jet device, which outputs a synchronized 3.5 volt Transistor-Transistor Logic (TTL) trigger signal during droplet ejection. 4.Individual droplet velocity measurements must be performed with a time resolution of less than 400 nanoseconds and with ability to control the delay time between the TTL trigger and imaging pulse. This is required to construct an “instantaneous” droplet velocity profile as a function of fluid rheology, piezoelectric control parameters, and flight distance. 5.The system must include a means to calibrate diameter and velocity measurements with traceability to NIST, with a bias in diameter of less than 3 % against standard reference microspheres. 6.Measurements of diameter (nominally 50 micrometers; velocity at 2 m/s) for a spherical droplet taken in the direction of travel, compared to measurements taken normal to the direction of travel, must deviate less than 2 %. 7.The standard deviation of repeated diameter measurements of 50 micrometer (nominal) droplets traveling at 2 m/s (nominal) must be equal or less than 2 %. 8.Must have the ability to save images and movies of the droplet formation process. 9.Must have the ability to write scripts for automated imaging and statistical analysis. 10.The largest linear dimension of proposed imaging system must be 60 cm or less for accommodation in existing drop-on-demand piezoelectric ink-jet device. Line Item 0002: Installation: The Contractor shall provide installation for the system. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up, demonstration of all required specifications, and removal of trash. Installation shall be done at NIST, Gaithersburg, MD. During installation, Performance check at NIST laboratory for adherence to performance specifications shall be done. The tests shall be performed during the installation process and will be witnessed by the contractor. Testing shall be performed as follows: (1) Using pure isobutanol as the fluid, droplets will be dispensed continuously from a drop-on-demand piezoelectric ink-jet device and imaged by the proposed system. Droplets will emerge at 100 Hz. Diameters and velocities will be near 50 micrometers and 2 m/s, respectively, and the specific diameter will be known within 1 % by an independent NIST-traceable calibration. The system must be able to image the droplets at the dispenser orifice and at several locations as far as 2 mm away from the dispenser orifice. A script must be written that will automatically report the diameters and velocities for the droplets at each location and show plots of these characteristics. This analysis will be repeated twelve times. Another script must be written that will automatically report the reproducibility (relative standard deviation) of diameter and velocity for each drop location. The relative standard deviation of diameter at each location must average less than 2 %, and the bias between average diameters measured in the direction of travel, versus those measured normal to the direction of travel, must be less than 2 %. (2) Thirty-droplet bursts will be dispensed from the drop-on-demand piezoelectric ink-jet device and imaged by the proposed system. Droplets in these bursts will emerge at 1 Hz,. Diameters and velocities will be near 50 micrometers and 2 m/s, respectively, and the specific diameter will be known within 1 % by an independent NIST-traceable calibration. The system must image and record all 30 individual droplets from a burst. A script must be written that will automatically report the diameters and velocities measured for each droplet, show plots of these characteristics, and report the total mass of fluid dispensed in that burst. This will be repeated twelve times. Another script must be written that will automatically report the reproducibility (relative standard deviation) of diameter and velocity for each drop number, and for total burst mass. (3) Using standard reference microspheres (nominally 10 to 100 micrometers in diameter) mounted on a glass slide, the proposed system will be required to report measured diameters of these spheres with a bias less than 3 %. (4) Upon any failure, the specific test will be repeated five times. Acceptable measurement must occur in at least four (4) of those five tests. Line Item 0003: Training: The contractor shall schedule and facilitate one (1) training session for up to five (5) NIST personnel on-site at NIST in Gaithersburg, MD. 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 and demonstration of performance specifications, but no later than 30 days after installation. The Contractor shall provide a minimum of a twelve (12) month warranty for the equipment. The warranty shall include unlimited telephone support during normal working hours for questions regarding operation and the warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. Contractor shall state the warranty coverage provided. Delivery shall be completed no later than 90 days after receipt of an order. 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. Evaluation Criteria : Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor “Meeting or Exceeding the Requirement,” 2) Past Performance, and 3) Price. Technical capability and past performance, when combined, shall be equal in importance to price. If technical capability and past performance are equivalent, price shall be the determining factor. Of the non-price factors, technical capability shall be the most important. Technical Capability: Technical capability shall be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the required specifications identified herein. Stronger consideration shall be given to an instrument that can exceed the following minimum required specifications: 1) Smaller time resolution (< 400 ns required); 2) Smaller physical dimensions (≤ 60 cm required) Past Performance will be evaluated to determine the overall quality of the product & service provided, the Contractor’s history of successfully meeting delivery schedules and the Contractor’s proven record of reliability and experience in ion mobility spectrometry. To allow assessment, each proposal must include appropriate documentation. This should include contact information for at least three prior clients. 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. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. 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: 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: 52.219-28 Post-Award Small Business Program Representation 52.222-3, Convict Labor; 52.222-19 Child Labor – Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35; Equal Opportunity for Special Disabled Vets 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act (ii) Alternate I of 52.225-3 52.225-13 Restriction on Certain Foreign Purchases; 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 all line items; 2) An original and one (1) copy of the technical description and/or product literature which shall address the technical capability of the quoted product to meet all of the Governments minimum required specifications; 3) Description of commercial warranty And 4) Documentation regarding system sensitivity (limits of detection) to nitroglycerin (NG) and trinitrotoluene (TNT). This documentation may be either in commercial specification sheets or test reports. The purpose is to establish the sensitivity limits that will be used during acceptance testing. 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. All quotes shall be received not later than 3:00 PM local time, on May 20, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@nist.gov. Because of heightened security, FED-EX, 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 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-8397. 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, bldg., 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-US 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. E-mail quotes ARE acceptable. Fax quotes will NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0545/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01909256-W 20090814/090813001115-1bbbe4475128081a7bb8023edb860267 (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 |