Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

66 -- Portable Metal/Material Analysis System

Notice Date
6/16/2011
 
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-RQ-0200-1
 
Archive Date
7/31/2011
 
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
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) 2005-52. 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 quoter's may submit a quote. 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 will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. The National Institute of Standards and Technology (NIST) has a requirement for a Portable Metal/Material Analysis System that shall provide sufficient information to assist correction agencies in identifying the source of metals used in the fabrication of weapons. All equipment must be new. Refurbished and or remanufactured equipment shall not be considered for award. All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) each, Portable Metal/Material Analysis System that shall meet or exceed the following minimum specifications: 1. Sampling component: Hand-held device for extracting sample information; 2. Test method: non-destructive in that the sample does not have to be extracted or cut from source; 3. Sample preparation: The sample shall not require any preparation (such as removal of coatings), other than surface preparation; 4. Sample size, minimum: <=10 mm; 5. Element detection range: elements within the range of at least atomic number 12 to 92, excluding noble gases (group 18) Preference shall be given to instruments that extend the range to elements having atomic numbers less than 12; 6. Material screening capability: ability to match unknown metal sample to Unified Number System (UNS) specifications; 7. Analysis time: < 5 min; 8. Sample information: shall provide percent composition and standard deviation; 9. Data transfer: USB, must include communication software; 10. Power requirements: nominally 120 V AC, 60 Hz, < 20 A; 11. Certified reference material set to include at least: stainless steel, tool steel, copper, titanium, aluminum, nickel; 12. Software to perform custom calibrations or develop a user metal library; 13. Portability: The sensor component shall be light weight, less than 10 kg, and able to be gripped by a hand. Preference shall be given for instruments that the main instrument component is mounted with rollers, less than 1 m x 1 m x 1 m, and have a mass less than 100 kg. Warranty: The Contractor shall provide a minimum of a twelve (12) month warranty for the instrumentation. The Contractor shall state the warranty coverage provided for the equipment. Delivery shall be not later than 120 days from receipt of an order. Delivery terms shall be FOB Destination. The contractor shall deliver to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. (See 52.212-4(j). Evaluation Criteria: The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, results in the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: Technical Capability, Past Performance and Price. Technical Capability and Past Performance, when combined, shall be approximately equal in importance to price. In determining best value, preference shall be given to systems that extend the element detection range to elements having atomic numbers less than 12 as specified in specification 5 and to systems that are capable of exceeding the minimum portability requirement as specified in specification 13. Should all quotations be determined technically equal; price shall be the determining factor. Technical Capability - No prototypes, demonstration models, used or refurbished instruments will be considered. Quoters shall include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all requirements. Evaluation of technical capability shall be based on the information provided in the quotation. 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. Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: the name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer, if applicable; and the date of delivery or the date services were completed. Price shall be evaluated for fairness and reasonableness. 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. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) 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 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) 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 Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) 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 Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 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: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. 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; 52.223-18, Contractor policy to ban text messaging while driving; 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, 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. Required Submissions: 1. For the purpose of evaluation of Technical Capability, all quoters shall submit the following documentation: An original and one (1) copy of the technical description and/or product literature which clearly demonstrates that the system meets or exceeds the Governments minimum required specifications (only one (1) copy required if submitted electronically); 2. An original and one (1) copy of a quotation which addresses all line items (only one (1) copy required if submitted electronically); 3. Description of commercial warranty; 4. A current copy of the Contractor's price list or catalog pages that contain pricing for the equipment/services defined within the Contractor's quotation. 5. 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) All quotes must be received not later than 3:00 PM local time, on June 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. Electronic quotes are acceptable; however, faxed quotes shall not be accepted. Quotations shall not be deemed received by the Government until the entire quotation is entered into the e-mail address inbox of the Contract Specialist as set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-RQ-0200-1/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02474433-W 20110618/110616234406-ef476f986993c477573d36c37dc79f3d (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.