SOLICITATION NOTICE
66 -- STACIS 2100 Active Piezoelectric Vibration Cancellation System
- Notice Date
- 6/15/2012
- 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-0404
- Archive Date
- 7/14/2012
- Point of Contact
- CHRISTOPHER JOHN GANEY, Phone: 3019756205, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
christopher.ganey@nist.gov, todd.hill@nist.gov
(christopher.ganey@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION ACTION CODE: <COMBINED> CLASSIFICATION CODE: 66- Laboratory Equipment and Supplies SUBJECT: STACIS 2100 Active Piezoelectric Vibration Cancellation System or EQUIVALENT. SOLICITATION NUMBER: SB1341-12-RQ-0404 RESPONSE DATE: June 29, 2012 CONTACT POINTS: Chris Ganey, Contract Specialist (301) 975-6205 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 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) 2005-59. *** 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 vendors may submit a quotation. Statement of Work: The National Institute of Standards and Technology is seeking to purchase One (1) Brand Name or equal for "STACIS 2100 Active Piezoelectric Vibration Cancellation System" Line item 0001 is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs. It must meet the following salient characteristics. All equipment must be new. Used or remanufactured equipment will not be considered for award. Salient characteristics: 1. The VIS must have 3 piezo-electric active vibration isolator units. Each isolator must have a payload capacity of 900 to 2000 lbs. 2. Each active isolator must be no larger than 12.5 (w) x 12.5 (d) x 12.5 (h) inches due to the constrained space in the laboratory. 3. The active isolation system must use piezo-electric actuators to cancel the transmitted vibrations and have a stiffness of 40,000.00 lb/in with a 1000 lb payload. A stiff isolation system is required as two other soft isolation systems will be stacked on top of this active system. 4. The VIP active isolation system must have 6 active degrees of freedom with an active bandwidth of at least 0.6 to 250 Hz, and internal noise less than 0.1 nm RMS. 5. The active system must have transmissibility at resonance of less than 1.1. 6. Each active isolator must have a vertical transmissibility that is less than 1 at 1 Hz; less than or equal to 0.1 at 2 Hz, and less than or equal to 0.01 at 60 Hz. Each active isolator must have a horizontal transmissibility that is less than 1 at 1 Hz; less than or equal to 0.1 at frequencies above 2.5 Hz. 7. The VIS must have a control unit that operates on 115 V 60 Hz AC. The control unit must have BNC input and output for signal monitoring and two RS-232 ports for computer interfacing. 8. The vendor must have previous experience in supplying active vibration isolation system for use in scanning tunneling microscopy systems. Express Warranty The contractor shall warrant the entire system for a period of at least one year. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. Delivery The VIS system shall be installed, tuned and optimized by the vendor at NIST. NIST will provide and coordinate rigging to lift the payload for the vendor to install the VIS. Delivery should be FOB DESTINATION and shall take place not later than 60 days after contract award. 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 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2012) 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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. CAR CLAUSES: 1352.201-70 Contracting Officer's Authority. 1352.209-73 Compliance with the laws. 1352.209-74 Organizational conflict of interest. 1352.246-70 Place of acceptance. (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST 100 Bureau Drive BLDG 301 Gaithersburg, MD 20899 (End of clause) NIST Local Clause_04 Billing Instructions QUOTATION EVALUATION: Evaluation Factors Basis for Award shall be technically acceptable/ lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability Meeting Salient Characteristics and 2) Price. 1. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. 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 minimum requirements. 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. Technical capability must meet or exceed the Government's performance specifications. 2. Price. Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. Addendum to FAR 52.212-1, Quotation Preparation Instructions Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets Salient Characteristics described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, FOB Destination. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 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. *** 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: Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on June 29, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted at christopher.ganey@nist.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Chris Ganey) @christopher.ganey@nist.gov. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Chris Ganey, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. 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 48 hour (excluding weekends and holidays) prior notice shall be provided to Chris Ganey, Contract Specialist on 301-975-6205. 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)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0404/listing.html)
- Record
- SN02777681-W 20120617/120615235413-fac240e3c1217b8bf6f8e67580a3f1e1 (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 |