Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2010 FBO #3091
SOLICITATION NOTICE

66 -- Raman Triple-Spectrometer and Microscope

Notice Date
5/10/2010
 
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
SB1341-10-RQ-0275
 
Archive Date
6/9/2010
 
Point of Contact
Paula Wilkison, Phone: 301-975-8448, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
paula.wilkison@nist.gov, todd.hill@nist.gov
(paula.wilkison@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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 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-40) 1352.215-73 INQUIRIES (MAR 2000) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than seven 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. 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) Raman Triple-Spectrometer and Microscope. *** Background: The Nanofabrication and Energy Research Group of NIST’s Center for Nanoscale Science and Technology seeks to advance measurement science for the determination of materials properties at the micro- and nanoscale. The requested instrument is required as part of a nanofluids and nanomaterials facility for high spectral resolution, micro- and nanoscale thermometry and materials characterization measurements. The research need is for a low-drift, vibrationally stable, high-throughput, long focal length Raman spectrometer/microscope to be used predominantly for in situ thermometry in the spectral range from deep ultraviolet to visible wavelengths. The spectrometer must be capable of operating as a stand-alone microscope, via integration with an existing atomic force microscope (AFM), and using fiber optic coupling for remote sensing. ***All interested Contractors may provide a quote for the following: Line Item 0001: One (1) Raman Triple-Spectrometer and Microscope, which shall meet or exceed the following minimum specifications: 1)The triple-spectrometer shall consist of three mirror-based spectrometers capable of operating separately in single spectrometer mode, basic subtractive mode, and triple additive (“high dispersion”) mode. 2)Each spectrometer shall have a focal length of no less than 600 mm. The total focal length of the system in triple additive mode shall therefore be greater than or equal to 1.8 m. 3)The triple-spectrometer enclosure shall consist of a single-casting metal body (as opposed to bolting together individual spectrometers). The filter stage part of the triple-spectrometer shall integrate the grating drive into a single drive arm. 4)The spectrometers shall consist of entirely mirror-based optics suitable for laser lines ranging from the deep ultraviolet (DUV) to the near infrared (NIR) regions. 5)Shall have reproducible grating movement such that the positioning precision is within  1 CCD pixel at any wavelength in subtractive mode. 6)The triple-spectrometer shall be capable of introducing an attenuated gas calibration line (e.g., a Hg line, accompanied by appropriate filters and/or ports) into the spectra in all three operation modes listed in Specification 1 and for any sample setup (e.g., Raman microscope, AFM-integrated, remote sensing). 7)The triple-spectrometer shall include a frequency-doubled 6 W argon ion laser that produces single laser lines at or close to each of the following wavelengths (/minimum nominal laser powers) spanning the DUV and visible spectrum: 244 nm(/100 mW), 364 nm(/140 mW), 458 nm(/200 mW), 488 nm(/1.5 W), 514 nm(/2 W); shall include appropriate water chiller for the laser. 8)Shall include gratings suitable for each of the laser lines in Specification 7, achieving the highest possible spectral resolution for each line. The spectral resolution shall be < 1 cm 1/pixel for the corresponding laser line. The total number of gratings or objectives is determined by the number of lines and the operation range for each grating or objective. The vendor must supply dispersion vs. wavelength data for the spectrograph mode (focal length)/grating combination. 9)Shall include a high resolution (2048 pixel x 512 pixel or greater), single-chip, CCD detector appropriate for detection in the DUV to visible range. The detector shall be free of etaloning artifacts. The vendor must supply noise specifications (dark noise, readout noise) and collection efficiency vs. wavelength curves for each detector. 10)The triple-spectrometer/microscope shall achieve diffraction-limited spot sizes for all laser lines listed in Specification 7. A minimum NA of 0.25 is required for each objective. The range of magnification shall cover 10x down to 40x in the DUV/UV; range of magnification shall cover 10x down to 100x in the visible. 11)Shall include the highest possible NA microscope objectives suitable for each of the laser lines listed in Specification 7. 12)Shall be capable of mapping spectra point-by-point over a spatial range of 10 mm to 100 mm in both x and y directions (i.e., along the axes defining the nominal sample surface plane) with a step size of approximately 100 nm. 13)Shall be capable of two-dimensional imaging of a sample by scanning the laser on the sample (e.g., using a piezo- or Galvos-actuated mirror) and, separately, by sample scanning (moving the sample in x and y directions). 14)Shall have confocal (micro-Raman) capability, using a physical aperture. 15)The triple-spectrometer shall include a fiber optic port suitable for performing remote sensing in the visible and NIR wavelengths. 16)The spectrometer optics shall be compatible with integration into an existing atomic force microscope (AFM), i.e., supply a collimated beam (whether DUV, visible, or NIR) on an exit port. The collimated beam at the exit port shall be a particular diameter, approximately 12 mm. The exit port shall be at a particular height (approximately 400 mm) and at a location up to 500 mm from the spectrometer. The beam shall be shielded on the path to the exit port. The contractor is not expected to provide/perform mechanical or optical integration beyond this exit port. The exact dimensions and location of the exit port and wavelength-dependent collimated beam diameter will be determined in conjunction with the AFM manufacturer after this solicitation is complete and before installation of the instrument at NIST. 17)The control software/electronics shall be capable of communicating with an external device (1) that would provide triggers to the spectrometer for initiating spectral sweeps and user-programmed scripts and (2) to which the spectrometer would provide a signal at the conclusion of each spectral sweep (as in a point-by-point map performed in coordination with an AFM topographic scan). This trigger is preferably in the form of a TTL pulse, but alternatively may be in the form of an Ethernet communication protocol or RS232 communication protocol with an open SDK to be provided by Contractor. 18)The software shall come with upgrades for a period of at least 5 years at no additional charge to the Government. 19)The triple-spectrometer/microscope shall come with a computer that meets the minimum requirements for operating all of the features of the triple-spectrometer/microscope. 20)The computer operating system shall be Microsoft Windows XP. The computer shall accept updates and upgrades installed via a server. 21)Shall include quantitative data analysis software using the most common data analysis algorithms. 22)The software shall be fully integrated and capable of controlling the functions of the spectrometers, microscope, lasers, and detectors. 23)Shall be user-programmable for writing scripts that automate custom spectral sweeps, data collection routines, data processing, and communication with external devices (as defined in Specification 17). OPTION LINE ITEMS: 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 0002: One (1) fiber-coupled remote sensing unit, which shall meet or exceed the following minimum specifications: 1. Sensing unit shall be compatible with visible and NIR wavelengths. Option Line Item 0003: One (1) HeNe laser, which shall meet or exceed the following minimum specifications: 1. Laser shall produce a laser line at 633 nm(/35 mW). Option Line Item 0004: One (1) additional CCD detector and detector port, which shall meet or exceed the following minimum specifications: 1. CCD detector and detector port shall be appropriate for detection in the UV to NIR range (i.e., suitable for the 633 nm laser line) with highest possible resolution (at least 1024 pixels x 512 pixels). 2. The detector must be free of etaloning artifacts. The vendor must supply noise specifications (dark noise, readout noise) and collection efficiency vs. wavelength curves for each detector. Option Line Item 0005: Grating(s) suitable for the 633 nm laser line, which shall meet or exceed the following minimum specifications: 1. At a minimum, the spectral resolution shall be < 1 cm 1/pixel @ 633 nm. The vendor must supply noise specifications (dark noise, readout noise) and collection efficiency vs. wavelength curves for each detector. Stronger consideration will be given for higher spectral resolution and collection efficiency. Option Line Item 0006: Numerical aperature objectives, suitable for the 633 nm laser line, which shall meet or exceed the following minimum specifications: 1. NA for all objectives shall not fall below 0.25. 2. Range of magnification shall cover 10x down to 100x. Installation The system shall be installed by the Contractor and meet contract specifications no later than two weeks after delivery. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, rigging, set-up and hook-up of the system, demonstration of all specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, Maryland. Training The contractor shall conduct one (1) training session for up to three (3) technical personnel at NIST. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and on-site measurements demonstrating that no damage or misalignment issues arose during transportation and installation, but shall be completed no later than 30 days after installation. Express Warranty The contractor shall warrant the instrument for a period of at least one year. Warranty shall include parts, labor, and travel and expenses necessary for on-site repair. Delivery FOB Destination delivery terms are requested, and shall take place no later than 120 days after receipt of order. 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. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.217-5 Evaluation of Options Offerors shall 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. Clauses 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—Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 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 Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-5, Trade Agreements 52.225-13 Restriction on Certain Foreign Purchases; 52.232-30, Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 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 one year of date of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on Tuesday, May 25, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at paula.wilkison@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox of Paula Wilkison. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. 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 48 hour (excluding weekends and holidays) prior notice shall be provided to Paula Wilkison, Contract Specialist on 301-975-8448. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and one copy of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, preferably FOB Destination, for each CLIN. Contractor shall state express warranty coverage. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and one copy of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The Offerors shall acknowledge that NIST will not store the equipment onsite before it is installed. Offeror shall, in the quotation package, supply dispersion vs. wavelength data for the spectrograph mode (focal length)/grating combination as required by specification 8, and noise specifications (dark noise, readout noise) and collection efficiency vs. wavelength curves for each detector as required by specification 9. Experience: The offeror shall demonstrate the extent to which it has recently manufactured, distributed, and installed similar equipment. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm’s past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1.Contract number; 2.Description and relevance to solicitation requirements including dollar value; 3.Period of Performance – indicate by month and year the state and completion (or “ongoing”) dates for the contract; 4.Reference Contact – If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5.Contracting Office – If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer’s Representative (COR), and their names, current telephone numbers and email addresses. 6.Problems Encountered – include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR “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) Note: 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. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation 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 2) Experience, 3) Past Performance, and 4) Price. All non-price factors, when combined, are approximately equally important to price. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST’s requirements. Experience: NIST will evaluate the extent of the offeror’s experience providing similar equipment. NIST will give preference to offerors who demonstrate they have experience delivering the same equipment they are proposing for the current requirement. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Price: The Government will evaluate price for reasonableness, in accordance with 52.217-5. Price will be evaluated based on the cumulative total of all the line item prices. Past Performance, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. 1352.233-71 SERVICE OF PROTESTS (MAR 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: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 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 Chief, Contract Law Division Contract Law Division--Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 FAX: (202) 482-5858
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0275/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02145418-W 20100512/100510235013-b7d5f555fe8e2b6125c73e065c3af1cd (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.