SOLICITATION NOTICE
66 -- Fischione Model 1020 Plasma Cleaner and Model 9020 Vacuum Pumping Station or Equal
- Notice Date
- 6/29/2010
- 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-0509
- Archive Date
- 7/28/2010
- Point of Contact
- Joshua D. Holliday, Phone: 3019758497, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
joshua.holliday@nist.gov, todd.hill@nist.gov
(joshua.holliday@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- Total Small Business
- 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) 2005-42.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is a 100% small business set-aside.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Fischione Model 1020 Plasma Cleaner and Model 9020 Vacuum Pumping Station or EQUIVALENT.*** ***Line Item 0001 is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs.*** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Fischione Model 1020 Plasma Cleaner and Model 9020 Vacuum Pumping Station or EQUIVALENT, which shall meet or exceed the following salient characteristics: Physical Attributes: 1. The dimensions must be compact, less than 24" on a side, in order to allow easy storage and transport. 2. The user interface must have a panel with timer, keypad and control buttons for vacuum pumping and venting. 3. The unit must have an easy-to-access service panel. 4. The unit must be compatible with the North American power standard of 110-120 volts at a frequency of 60 Hz. 5. The vacuum storage containers must be connected to the vacuum pumping station by independent valves. 6. The vacuum pumping station must provide at least ten (10) storage containers for transmission electron microscopes (TEMs) sample holders. 7. The vacuum storage containers must accept side-entry specimen holders for FEI/Philips TEMs. 8. The unit must have a high frequency (HF) power control. TEM Holder Compatibility: 1. Must accept side-entry specimen holders for FEI/Philips Transmission Electron Microscopes (TEMs). 2. The plasma cleaner must have no components located within the chamber other than the specimen and specimen holder that are to be cleaned. Vacuum System: 1. Must have an oil-free Turbomolecular drag pump. 2. The vacuum system must have an oil-free backup pump. 3. The vacuum pressure must be 1x10-6 mbar or better. 4. The plasma cleaner will have a port plug to seal the chamber under vacuum when not in use. Operation: 1. The plasma cleaner must be capable of employing a mixture of 25% oxygen, 75% argon gas. 2. The gas delivery pressure must be above atmospheric pressure. 3. The plasma ion energy should be less than 12 eV. 4. The cleaning process must stop automatically after the programmed time. 5. The system must be able to clean highly contaminated specimens in two (2) minutes or less. 6. The system must have a potentiometer to control the gas flow. 7. The system must have a diagnostic mode switch for maintenance purposes. 8. The system must have digital displays for vacuum, time, RF power level. 9. The system must have an hour meter to track the system's operating time. Auxiliary TEM Holder Storage Unit: 1. The storage unit must be integrated with a vacuum pumping station to store TEM specimen holders under vacuum with a capacity of at least 10 holders. 2. The vacuum pumping station must include a vacuum pumping manifold. 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 more important than 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. 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. 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: Quoted price will be evaluated for reasonableness. *** 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; 52.217-5 Evaluation of Options. *** *** 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. 52.211-6 Brand Name or Equal; 2. 52.212-4 Contract Terms and Conditions-Commercial Items; 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: a. 52.219-6 Notice to Total Small Business Set Aside b. 52.219-28 Post Award Small Business Program Rerepresentation c. 52.222-3 Convict Labor d. 52.222-19 Child Labor - Cooperation With Authorities And Remedies e. 52.222-21 Prohibition of Segregated Facilities f. 52.222-26 Equal Opportunity g. 52.222-35 Equal Opportunity for Special Disabled Vets h. 52.222-36 Affirmative Action for Workers with Disabilities i. 52.222-37 Employment Reports on Special Disabled Vets j. 52.225-1 Buy American 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. *** WARRANTY: The Contractor shall provide at a minimum, a one year warranty for the equipment. Please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty 2. What is included? (Parts, Labor) 3. Is the warranty on-site or return to vendor? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? ***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: Joshua D. Holliday, 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) *** ***Submission shall be received not later than 3:00 p.m. local time on July 13, 2010 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: Joshua Holliday. 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. 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. Offerors shall submit their quotations so that NIST receives the complete quotation not later than 3:00 PM Eastern Time on July 13, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. E-mail quotations shall not be deemed received until the quotation is is entered in the e-mail inbox of Joshua Holliday. ***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0509/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02191283-W 20100701/100629234846-62b521dfda44908634e5c82ecda475ec (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 |