SOLICITATION NOTICE
66 -- Bismuth Block for filter material - Attachment
- Notice Date
- 1/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation 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
- SB1341-11-RQ-0071
- Archive Date
- 2/28/2011
- Point of Contact
- Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Drawing 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 SHALL 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) 2005-48. The associated North American Industrial Classification System (NAICS) code for this procurement is 325998 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. The National Institute of Standards and Technology (NIST) has a requirement for a block of pure bismuth to be used as filter material. The Department of Commerce and the National Institute of Standards and Technology (NIST) have developed a major national facility for neutron scattering. This project provides for over fifteen unique instrument stations for use by national and international researchers for materials research. In addition, instruments are also provided for fundamental physics research, neutron interferometry, and neutron optics. To remain at the forefront of science, the NIST Center for Neutron Research (NCNR) is continuously developing new and improved instruments for neutron scattering. NIST requires an accurately dimensioned rectangular block made from pure, single-crystal bismuth. This bismuth block shall be cryogenically cooled and shall be located upstream of a new instrument named the Chromatic Analysis Neutron Diffractometer or Reflectometer (CANDOR) and shall be used as a gamma ray filter for CANDOR. This block of pure bismuth shall be made up of several large crystals and shall be used to filter out unwanted gamma rays from the neutron beam. Single-crystal bismuth is known to be affective in attenuating gamma rays whose high energy can distort the purity of the thermal neutrons. Single crystal and large crystal bismuth has much higher transmission of neutrons between.4nm and.8nm than small crystal (fine grained) polycrystalline due to the minimization of Bragg scattering by reducing the number of individual crystals. Cooling the bismuth has the effect of making the crystals become nearly transparent to thermal neutrons and remain nearly opaque to high energy gamma rays. All responsible quoters shall provide a quotation for the following line item: LINE ITEM 0001: Quantity one (1) each, bismuth block (that shall be made up of several large single crystals), which satisfies the material and end product specifications defined herein to achieve the desired performance as a gamma ray filter. (A) Bulk Materials Specification: CAS No.: The bismuth used shall be in accordance with the Chemical Abstracts Service (CAS) number 7440-69-9. Purity: The bismuth must be 99.999% pure. (B) Crystal End Product Specification: Crystal Characteristics: One structure that is composed of several large crystals shall be grown, that will be irregularly shaped, eg some round and some rectangular. The minimum dimension of any irregular shape shall be 25mm. Process Characteristics: After the structure of large crystals has been grown, it shall be cut, machined, fine ground and etched (to remove the deformed layer and reveal crystal boundaries) to the Physical Dimensions described in Section C. Density: The density of the end product shall be within 0.5% of the theoretical density of bismuth to ensure that there are not significant voids in the material. The room temperature density of bismuth is 9.78 g/cm³. Physical Characteristics: The following specifications ensure that the bismuth block can be mounted as a mechanical body without shedding toxic parts: 1. Shear Modulus - 1,700 kpsi 2. Young's Modulus - 4,500 kpsi 3. No cracks permissible 4. Largest dimension of corner or edge chip < 2mm 5. Number of chips allowable with size less than 2mm, 6-8 per piece ( C) Physical Dimensions: The material shall be delivered as one accurately dimensioned block. The physical dimensions, tolerances and surface finish are specified on the attached drawing 044-0002. LINE ITEM 0002: Quantity One (1) each, Certified Materials Analysis, The material shall be accompanied by a certified analysis indicating the bismuth purity content, the end product density, compliance with the crystal size, surface finish and the physical dimensions. Delivery shall be within 18 weeks from 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, Gaithersburg, MD 20899. Award shall be made to the lowest priced, technically acceptable quoter. The Government shall evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Technical Capability: Evaluation of 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 Governments minimum required specifications. Price: Price shall 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. 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: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Re-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; 52.225-1 Buy American Act - Supplies; 52.223-18, Contractor policy to ban text messaging while driving; 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) For the purpose of evaluating technical capability: Technical description and/or product literature which clearly addresses all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein. 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 shall 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 shall accept the quoted price. However, the terms and conditions stated herein shall 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 January 27, 2011 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. Quoters must submit all questions concerning this solicitation in writing to joni.laster@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions shall be made in writing, without identification of the questioner, and shall be included in an amendment to the solicitation. 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. E-mail quotes ARE acceptable. Fax quotes shall NOT be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0071/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02358137-W 20110113/110111234258-8a21b6366435e66f08dfffda67c95db8 (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 |