SOLICITATION NOTICE
66 -- High Resolution Nanoparticle Sizer
- Notice Date
- 5/18/2012
- 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
- NB732050-12-02049
- Archive Date
- 7/31/2012
- Point of Contact
- Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
- E-Mail Address
-
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@nist.gov, chon.son@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 2005-51. 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), Energy and Environment Division's Engineering Laboratory Indoor Air Quality and Ventilation Group currently has the capability to count airborne levels of particles with diameters less than 10 nm using a scanning mobility particle spectrometer (SMPS). The group's research efforts in this area are based on the face that there are many sources of particles found indoors and outdoors that generate particles in this size range and that these small particles have potential human health consequences and are in need of further study. The experimental program has outgrown the existing SMPS and a new system is needed to conduct future studies to determine source emission rates, penetration coefficients, deposition rates, and filtration removal efficiencies of these smaller particles. The scanning mobility particle spectrometer (SMPS) consists of an electrostatic classifier that produces a highly monodisperse, submicrometer aerosol using a nano differential mobility analyzer that generates particles in the range from 2 to 150 nm, along with a water-based condensation particle counter. NIST is seeking a high resolution nanoparticle sizer to measure airborne particle size distributions employing a spectrometer to directly measure number concentrations without assuming the shape of the particle size distribution and using a method that is independent of the refractive index of the particle or fluid. All items must be new. Used or remanufactured equipment will not be considered for award: Line Item 0001: Quantity One (1) each, High resolution nanoparticle sizer that must meet or exceed the following minimum specifications: • High resolution data - up to 167 channels • Broad size range - from 2.5 nm to 1,000 nm • Fast measurements - complete size distributions in 16 seconds • Wide concentration range from 1 to 107 particles/cm3 • Computer automated flow control • ISO 15900:2009 compliant particle sizing method 1) The nanoparticle size must include the following subsystems, which are described below: • Electrostatic classifer (DMA) • Water-based condensation particle counter • All required accessories, cables and software 2) Must include an electrostatic classifier that produces a highly monodisperse, submicrometer aerosol using a nano differential mobility analyzer (DMA) that generates particles in the range from 2 to 150 nm. The DMA must employ a high activity aerosol neutralizer for general-purpose applications involving highly charged aerosols and low flow rates. This aerosol neutralizer will need to have a radioactivity level of about 370 MBq (using a Kr-85 source) and a maximum flow rate of 5 L/min. 3) The system must also include a water-based condensation particle counter (CPC) that utilizes state-of-the art water based condensation technology. This CPC must have less than 0.1 second rise time and a high sample flow rate for low diffusion losses and low Poisson noise. Other important elements include a thermodynamically optimized growth region and enhanced optical and detection design for good signal to noise ratios. • 2.5 nanometer detection • Single particle counting to 4 x 105 particles/cm3 • < 100 millisecond rise time response • Sheath flow with high aerosol flow rate for enhanced counting statistics • 1⁄10th second data reporting • Built in Ethernet capability • Color touch screen with graphical interface 4) 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 in accordance with contractor's commercial schedule. 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 Factors 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) Past Performance, and 3) Price. Technical capability and past performance, when combined, shall be approximately equal to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. A) Technical Capability: Evaluation of Technical Capability shall 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 requirements. Quotations that do not demonstrate that the proposed equipment meets all requirements will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Note: If an offeror does not indicate whether its proposed equipment meets a certain technical requirement, NIST will determine that it does not. B) Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history. Offerors should provide a list of 3-5 references to whom the same or similar equipment has been provided within the past 3 years. Past performance references must include the company/organizations name, contact person, phone number, and e-mail address. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Quotation Submission Instructions 1. All vendors shall submit the following to Willie Lu, Contract Specialist at willie.lu@nist.gov: 1) An electronic version of a quotation which addresses all of the above items; 2) Technical description, specifications, and/or product literature; and 3) Description of commercial warranty; 2. 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" 3. The country of origin for the proposed system. 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 submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on Friday, May 25, 2012. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov 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; 52.223-18, 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB732050-12-02049/listing.html)
- Place of Performance
- Address: 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02752503-W 20120520/120519000521-7260fb90a67c5352dd19d864ea7fa523 (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 |