SOLICITATION NOTICE
66 -- Various PerkinElmer Equipment - RFQ
- Notice Date
- 4/19/2012
- 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
- SB1341-12-RQ-1714
- Point of Contact
- Micole A. Cheatham, Phone: 3019758335, Andrea A Parekh, Phone: (301)975-6984
- E-Mail Address
-
micole.cheatham@nist.gov, andrea.parekh@nist.gov
(micole.cheatham@nist.gov, andrea.parekh@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- RFQ CLASSIFICATION CODE: 66 - Laboratory Equipment and Supplies SUBJECT: Various PerkinElmer Equipment SOLICITATION NUMBER: SB1341-12-RQ-1714 RESPONSE DATE: May 01, 2012 CONTACT POINTS: Micole Cheatham, Contract Specialist, (301) 975-8335 Andrea Parekh, Contracting Officer, (301) 975-6984 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. 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) 2005-57. 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 Contractor's may submit a quote. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to micole.cheatham@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. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) LINE ITEMS 0001 THROUGH 0007 AND OPTION LINE ITEM 0008 are BRAND-NAME or equal. I. BACKGROUND INFORMATION The mission of the Polymers Division at the National Institute of Standards and Technology is to enable U.S. innovation and industrial competitiveness in the development and use of materials by advancing measurement science, standards, and technology - in ways that enhance economic security and improve the quality of life. The Polymers Division focuses on providing critical measurement solutions to enable advancements in science and technology. Our work encompasses a broad range of activities that include advanced imaging measurements of the interaction of biological systems with polymer materials, small-angle neutron and x-ray scattering measurements of nanostructured materials, the separation and purification of single-wall carbon nanotubes, and enabling new tests of the reliability of soft body armor. II. SCOPE OF WORK The Contractor shall provide the following items, which are the Government's minimum technical specifications for a DSC and DSC support equipment. All offerors shall provide a firm-fixed price quotation for the following line items: Line Item 0001: (1) PERKIN ELMER DSC 8500 Hyper Differential Scanning Calorimeter DSC (Part No. N5340501) or equivalent. The DSC must meet the following specifications:: 1. Must be a power compensation type differential scanning calorimeter with dual, low-mass furnaces which heat independently, and must actively control the energy applied to the sample to provide a true, direct measurement of applied power; 2. Software must be able to perform temperature modulation (MT-DSC) to separate overlapping transitions, improve sensitivity for weak transition samples, and obtain reversing and non-reversing components of a phase transition; 3. Controlled heating and cooling scan rates from 0.01 to 750 degrees C/minute and ballistic cooling rates of 2000 degrees C/minute or greater with a data sampling rate of 100 points/second or better are required; 4. Required minimum temperature range, -180 to 600 degrees C. The upper temperature limit is the minimum needed for burning off of residual organic compounds; 5. Dual, digital mass flow-controller for control and switching of purge gases; 6. An overall calorimetry accuracy of +/-0.2% or better and precision of +/-0.04% or better, and temperature accuracy of +/-0.05 degree C or better and precision of better than +/-0.01 degree C; 7. Indium response of 18 milliWatts/degree C or better; 8. Software for control and analysis of DSC, including isothermal kinetics, scanning kinetics, and specific heat; and 9. For 115 VAC, 60 Hz power. Line Item 0002: (1) DSC 8000/8500 96 Position Autosampler System (Perkin Elmer Part No. N5340021) or equivalent. Must be compatible with and controlled by the same software as the DSC 8500 described in Line item 0001. Line Item 0003: (1) Liquid Nitrogen Cooling Accessory for DSC 8500 (Line Item 0002 for 8000/8500; PerkinElmer Part No. N5340046) or equivalent. Liquid nitrogen cooling accessory must be compatible with and controlled by the same software as the DSC 8500 described in paragraph II of line item 0001. The cooling accessory must feature the capability to allow the operator to set the block temperature from -190 to +35 degrees C to enable the DSC to operate both at temperatures requiring helium purge gas as well as nitrogen purge gas without changing cooling accessories. Line Item 0004: (1) DSC Universal Crimper Press (Perkin Elmer Part No. B0139005) or equivalent. Press is required for sealing of DSC pans for use in DSC 8500 described in paragraph II of line item 0001. Line Item 0005: (1) Insert for DSC Universal Crimper Press described in paragraph II of line item 0001 for sealing hermetic and low sample volume pans (Perkin Elmer Part No. B0144637) or equivalent. Line Item 0006: (1) DSC Standard Pan Crimper Press (Perkin Elmer Part No. 02190048) or equivalent for sealing of standard aluminum pans for use in DSC 8500 described in paragraph II of line item 0001. Line Item 0007: (1) Computer and one (1) LCD Monitor for control of DSC 8500 described in paragraph II of line item 0001. III. WARRANTY The items in Section II shall include a one (1) year warranty that includes parts, labor and travel expenses. All warranty related repairs and preventive maintenance visits shall be performed at NIST, Gaithersburg, Maryland. IV. OPTIONS Line Item 0008: An extended annual warranty to maintain and repair all of the items described in Section II. This warranty must include parts, labor and travel expenses. All warranty related repairs and preventive maintenance visits shall be performed at NIST, Gaithersburg, Maryland. V. REQUIRED DELIVERY DATE/PERIOD OF PERFORMANCE The Contractor shall deliver the items in section II no later than 6 weeks after award of this requirement. VI. INSPECTION/ACCEPTANCE The Government will inspect/accept the items at NIST Gaithersburg. Testing: Measurements will be performed on (1) indium (NIST SRM 2232) 10 degrees C/min (approximately 3 milligram sample) and 750C/min (approximately 0.05 milligram sample) to ensure the ability to quantify its melting behavior and (2) semicrystalline linear polyethylene (NBS SRM 1475) to ensure the ability to quantify its melting, crystallization and most importantly glass transition temperature. The Government will complete its inspection and document the findings no later than 14 days after receipt and installation of all items from the Contractor. Delivery: Delivery shall be FOB DESTINATION, and be completed in accordance with the offeror's commercial schedule. The offeror shall state the commercial delivery schedule. 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 52.211-6, Brand name or Equal 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 52.204-7 Central Contractor's Registration (CCR); 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; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone 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 Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.225-3, Buy American Act-Free Trade Agreements 52.223-18, Encouraging Contractor Policies 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. 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.247-34 F.O.B. DESTINATION (NOV 1991) (a) The term "f.o.b. destination," as used in this clause, means -- (1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall -- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. (End of Clause) NIST LOCAL 04: BILLING INSTRUCTIONS (a)The Contractor shall submit an original invoice or voucher in accordance with the payments provisions of this contract to: NIST Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 FAX Number: 301-975-8283 Email: invoice@nist.gov (b)Each invoice or voucher submitted shall include the following: (1)Contract Number. (2)Contractor Name and Address. (3)Date of Invoice. (4)Invoice Number. (5)Amount of Invoice, and cumulative amount invoiced to-date. (6)Contract Line Item Number (CLIN). (7)Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered. (8)Prompt payment discount terms, if offered. (9)Any other information or documentation required by the contract. (END OF CLAUSE) 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 May 01, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted at micole.cheatham@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. 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. Evaluation Criteria Award shall be made to the Contractor whose quote 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 factor "Meeting or Exceeding the Requirement", 2) Price Technical capability shall be approximately equal in importance to price. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the vendor has demonstrated that its proposed equipment meets all requirement will not be considered further for award. The vendor shall also include product literature which addresses all specifications and clearly documents that the product offered meets or exceeds the specifications identified herein. PRICE: All quotes shall be submitted in the Price Schedule format below. Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Price Schedule CLIN QTY Description Pricing Line Item 0001: (1) PERKIN ELMER DSC 8500 Hyper Differential Scanning Calorimeter DSC (Part No. N5340501) or equivalent. $ ___________ Line Item 0002: (1) DSC 8000/8500 96 Position Autosampler System (Perkin Elmer Part No. N5340021) or equivalent. $ ___________ Line Item 0003: (1) Liquid Nitrogen Cooling Accessory for DSC 8500 $ ___________ Line Item 0004: (1) DSC Universal Crimper Press (Perkin Elmer Part No. B0139005) or equivalent. $ ___________ Line Item 0005: (1) Insert for DSC Universal Crimper Press (Perkin Elmer Part No. B0144637) or equivalent. $ ___________ Line Item 0006: (1) DSC Standard Pan Crimper Press (Perkin Elmer Part No. 02190048) or equivalent. $ ___________ Line Item 0007: (1) Computer and one (1) LCD Monitor for control of DSC 8500 $ ___________ Total $ ___________ OPTIONS CLIN QTY Description Pricing Line Item 0008: (1) An extended annual warranty to maintain and repair all of the items described in Section II. $ ___________ Total $ ___________ Required Submissions: All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s). 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: ANDREA PAREKH, 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 Herbert C. Hoover Building Room 5893 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 Herbert C. Hoover Building Room 5893 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-1714/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, MS 1640, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02726446-W 20120421/120420000006-76513b4e3444e49e02521977a2ed744c (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 |