SOLICITATION NOTICE
66 -- Thermal Analysis System
- Notice Date
- 8/13/2010
- 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-0643
- Archive Date
- 9/9/2010
- Point of Contact
- Carol A. Wood, Phone: 301-975-8172, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
carol.wood@nist.gov, todd.hill@nist.gov
(carol.wood@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 ACQUISITION IS BEING PROCURED UTILIZING 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 2005-44. 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 being procured using full and open competition. The National Institute of Standards and Technology (NIST), Ceramics Division, requires a Thermal Analysis System capable of operation as a Differential Thermal Analyzer, a Dynamic Scanning Calorimeter, and a Thermogravimetric Analyzer. This thermal analysis system will be used to measure the thermal and thermodynamic properties of materials in the Materials Science and Engineering Laboratory at NIST. The equipment will primarily be used for simultaneous DSC-TGA measurement on metal nanoparticles and metal nanoparticles with inorganic coatings measured in air, inert gases and vacuum. Line Item 0001: Quantity One (1) each, Thermal Analysis System capable of operation as a Differential Thermal Analyzer, Dynamic Scanning Calorimeter and Thermogravimetric Analyzer that shall meet or exceed the following minimum specifications: 1. A thermal analysis system capable of measuring heat flow and mass changes in a material designed to operate over the temperature range of room temperature to 1500 °C. a. The system must be delivered with the capability to perform Differential Thermal Analysis (DTA); b. The system must be delivered with the capability to perform Dynamic Scanning Calorimetry (DSC); c. The system must be delivered with the capability to perform Thermogravimetric Analysis (TGA); d. The system must be delivered with the capability to perform simultaneous DTA-TGA measurements on one sample and in one run; e. The system must be delivered with the capability to perform simultaneous DSC-TGA measurements on one sample and in one run. 2. The system must be capable of reaching a vacuum level of 10-4 mbar. In addition, the system must either be capable of reaching vacuum level of 10-6 mbar OR include other means to control oxygen levels to 1 ppm or less; 3. The system must have a mass flow controller (MFC) for purge gases capable of handling three gases and gas mixtures; 4. Three thermocouple types (such as P, S, B, E, K) must be available for optimal sensitivity over different temperature ranges. The system must be supplied with at least one type S thermocouple assembly; 5. The system heater must be suitable for operation over the temperature range of room temperature to 1500 °C; 6. The temperature resolution must be.01 °C or better from room temperature to 1500 °C; 7. The temperature accuracy must be 0.3 °C or better from room temperature to 1500 °C; 8. The system shall perform specific heat determinations up to 1400 °C with a maximum uncertainty of ± 3 %; 9. The system mass balance must have a maximum range of at least 2 grams and have a measuring range with mass resolution smaller than or equal to 30 ng; 10. The furnace must have forced water or forced air cooling and include any necessary cooling unit or refrigerated recirculator; 11. The system must include at least 6 standard samples for Cp and temperature calibration by the user; 12. The system must include at least 10 alumina sample pans with covers; 13. The system must include at least 100 aluminum sample pans with covers; 14. The system must function with a NIST-supplied molecular drag vacuum pump (oil-free vacuum to 10-6 Torr). The instrument shall have an industry standard vacuum flange (e.g., ISO, NW, QF, KF, DN, Conflat) with a minimum inner diameter of 10 mm. The instrument must have the necessary valves and controls to safely evacuate and refill the sample chamber using the NIST supplied vacuum pump. 15. The system must include software capable of full operation of the instrument, (including operation of a vacuum valve in the instrument connected to the NIST provided vacuum pump referenced in Specification 14), calibration, data logging and analysis: a. The software must operate under the Windows XP operating system and include the software on media for user reinstallation if needed (i.e. a CD or DVD); b. The software must include calibration routines; c. The software must include the ability to perform baseline corrections for the TGA and DTA/DSC signals and allow the user to analyze data with or without the baseline corrections (i.e. turn baseline correction on and off); d. The software package must be able to perform Kinetic evaluation of DTA/DSC and TGA data using Arrhenius and ASTM 968 reaction types; e. The software shall be capable of identifying and analyzing glass transitions and melting points. Line Item 0002: Installation: The Contractor shall provide installation for the system and software. Installation shall be completed on-site at NIST Gaithersburg and shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of the system, turn-key start up, and demonstration of all performance specifications. Line Item 0003: Training: The Contractor shall schedule and facilitate one (1) training session for NIST personnel on-site at NIST in Gaithersburg, MD. The training shall provide a thorough demonstration of all equipment functions, maintenance, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, however, not later than 30 days after successful completion of installation and demonstration of performance specifications. Installation and training shall be scheduled in advance with the NIST Technical Contact to be identified at the time of award. Line Item 0004: Warranty: The Contractor shall provide, at a minimum, a one year warranty period for the system. Warranty work shall be completed on-site at NIST or at the Contractor’s site, at the discretion of the Contractor. All costs and responsibilities associated with parts, labor, travel and shipping shall be covered under the warranty. The warranty shall commence upon final acceptance by the Government. DELIVERY REQUIREMENTS Delivery, installation, training, and demonstration of performance specifications shall be completed not later than 120 days after receipt of a purchase 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. FINAL ACCEPTANCE (See also FAR 52.212-4(a)) Final acceptance shall be provided upon successful completion of all of the following: Delivery, installation, training and demonstration of all performance specifications. EVALUATION CRITERIA The Government will award a purchase order resulting from this solicitation on a technically acceptable/low price basis. Technical Capability Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Technical descriptions and product literature submitted shall be evaluated to determine that the proposed system meets or exceeds the specifications identified herein. Price shall be evaluated for reasonableness, consistent with the Contractor’s 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: 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, FOB Destination; and 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. ADDENDUM TO 52.212-1 1. For the purpose of evaluation of Technical Capability, all quoters shall submit an original and one (1) copy of the technical description and/or product literature which clearly demonstrates that their proposed system meet or exceed the Governments minimum required specifications; 2. An original and one (1) copy of a quotation which addresses all line items; 3. 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 quotations must be received not later than 3:30 PM Eastern time, on August 25, 2010, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Carol Wood. FAX quotations shall not be accepted. E-mail quotations shall be accepted. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Carol Wood. Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Carol A. Wood, Contract Specialist, carol.wood@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 provided to Carol Wood on 301-975-8172.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0643/listing.html)
- Place of Performance
- Address: Ship to:, NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02240707-W 20100815/100814000316-8fe770b7876725cc0c5d60e2f1d36b4f (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 |