Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2012 FBO #3907
SOLICITATION NOTICE

66 -- NB731000-12-03594a X-ray NanoCT

Notice Date
8/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus 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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
NB731000-12-03594a
 
Archive Date
10/26/2012
 
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; PROPOSALS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 15. This solicitation is a Request for Proposal (RFP) for commercial items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAR) 2005-59. The associated North American Industrial Classification System (NAICS) code for this procurement is 334517 with a small business size standard of 500 employees. This acquisition is being procured using Total Small Business Set Aside. This solicitation is being procured using procedures set forth in FAR Subpart 15, Contracting by Negotiation. The National Institute of Standards and Technology (NIST), Materials and Structural Systems Division is seeking a Commercial-off-the-shelf (COTS) nano X-ray computed tomography (X-ray nanoCT) instrument. The instrument must be a stand-alone (i.e. not embedded in a scanning electron microscope or similar instrument) nano X-ray computed tomography (X-ray nanoCT) instrument. Such an instrument is desired to produce high quality 3-D imaging of the interior of a variety of inorganic and organic materials used in a wide range of material measurement fields. It will be used for various projects where features with sizes on the order of 100 nanometers need to be imaged in 3-D for various technical reasons. A wide range of materials is involved, from biological cells to tissue scaffolds to powders used in construction, manufacturing, and national security. The instrument is composed of: • Main cabinet with X-ray shielding • NanoCT system - X-ray tube and camera, micro-positioning system • Dedicated computer and software to run the instrument and do fast reconstruction of the scans to produce a stack of 2-D images • Reconstruction software must provide error correcting algorithms such as corrections for beam-hardening and rings • Installation, training, service All items must be new. Used or remanufactured equipment will not be considered for award Line Item 0001: Quantity One (1) each, NanoCT system, that must meet or exceed the following minimum specifications. The offeror should mention when any specifications are exceeded. 1. Minimum pixel size that can be produced in the original scan and reconstructed into 2-D slice images is 400 nanometers or less 2. The unit must be able to accommodate samples up to 9 mm in diameter or larger. 3. Unit must come with radiation shields incorporated - no extra radiation shielding needed in the laboratory space where the instrument is placed. The shields must be such so that the unit passes all NIST radiation safety tests when X-ray tube is in operation. 4. The speed of scanning and image reconstruction must be documented in the following format: size and type of sample, unit operating conditions (e.g. voltage, current, camera pixel size), number and size of slices produced, clock time for scanning and for reconstruction. 5. Computational support (e.g. modern multi-core computer, reconstruction software, network connections) for reconstruction included with the instrument so that image reconstruction can be carried out without any extra purchases. 6. External physical vibration control incorporated with the instrument so that ordinary laboratory vibration and noise do not affect the quality of images produced by the instrument at the full range of pixel size used. Optional Scan Sample: NIST reserves the option to request that all qualified vendors, who meet the above technical evaluation criteria, scan and image up to three NIST-provided specimens. If this option is exercised, the output from these images would be compared between vendors to help decide which instrument to purchase. Line Item 0002: Warranty The Contractor shall provide, at a minimum, a one year warranty period for the system, to include technical support, via telephone. Any warranty work required 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. Line Item 0003: Installation The Contractor shall provide installation and testing for the system and software (if applicable). Installation shall be completed on-site at NIST Gaithersburg and shall include, at a minimum, uncrating/un-packaging of all equipment, set-up and hook-up of the system, turn-key start up including all testing of the system and software, and demonstration of all performance specifications. Line Item 0004: Training The Contractor shall provide training, documentation, implementation, and testing services for the system, and software (if applicable). The training shall provide a thorough demonstration of all equipment functions, maintenance, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, however, not later than 30 days after successful completion of installation and demonstration of performance specifications. Installation and training shall be scheduled in advance with the NIST Technical Contact to be identified at the time of award. Option Line Items Line Items 0005 through 0006 are optional line items for additional items. The Contractor must provide pricing for all option line items. The prices quoted for the option line items shall remain in effect in accordance with the time periods specified herein. The Government may exercise option line items, at its discretion, or at any time during the timelines specified herein. Reference FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Items. The following individual items should be included in the quote and would be considered individually as part of the quote (Itemize): Line Item 0005: Quantity One (1) each: Additional equipment that can be supplied with the instrument, either changing its sensitivity (e.g. changing minimum pixel size and resolution) and/or adding new capabilities (e.g. internal load cell, Peltier stage). Line Item 0006: Quantity One (1) each: Computational hardware and/or software that significantly extend the reconstruction capabilities of the instrument. 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. Technical 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) Type of technical support offered by the vendor for technical questions after the purchase, 3) Past Performance, and 4) 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) Optional Scan Sample: If this option is exercised, the output from these images will be by the following: ability to clearly distinguish different phases from each other using gray-scale values, level of background noise relative to the image gray-scale values, ability to be threshold using image analysis, and physical pixel size. C) 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 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) the most recent published price list(s) with quoted item(s) highlighted. This is an Open-Market Combined Synopsis/Solicitation for item(s) 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) 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 August 17, 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 PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification; In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; 52.204-4, Printed or Copied Double-Sided on Post-Consumer Fiber Content Paper 52.209-7, Information Regarding Responsibility Matters; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 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; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.209-6, Protecting Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.219-6, Notice of Total Set-Aside for Small Business; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Rerepresentation; 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; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Message While Driving; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.237-34, FOB Destination; 52.252-2, Clauses Incorporated by Reference; Department of Commerce Acquisition Regulation (CAR) clauses. Please submit a written request to the Contract Specialist for the full text of these clauses. 1352.201-70 Contracting Officer's Authority; 1352.201-72 Contracting Officer's Representative (COR); 1352.209-73, Compliance with the Laws; 1352.209-74 Organizational Conflict of Interest; 1352.237-75, Key Personnel; 1352.233-70, Agency Protests; 1352.233-71, GAO and Court of Federal Claims Protests; 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 National Institute of Standards and Technology Clauses. Please submit a written request to the Contract Specialist for the full text of these clauses. NIST LOCAL 04 Billing Instructions; NIST LOCAL 41, Software License Addendum a) This Addendum incorporates certain terms and conditions relating to federal procurement actions. The terms and conditions of this Addendum take precedence over the terms and conditions contained in any license agreement or other contract documents entered into between the parties. Governing Law: Federal procurement law and regulations, including the Contract Disputes Act, 41 U.S.C. Section 601 et.seq., and the Federal Acquisition Regulation (FAR), govern the agreement between the parties. Litigation arising out of this contract may be filed only in those having jurisdiction over federal procurement matters. Attorney's Fees: Attorney's fees are payable by the federal government in any action arising under this contract only pursuant to the Equal Access in Justice Act, 5 U.S.C. Section 504. No Indemnification: The federal government will not be liable for any claim for indemnification; such payments may violate the Anti-Deficiency Act, 31 U.S.C. Section 1341(a). Assignment: Payments may only be assigned in accordance with the Assignment of Claims Act, 31 U.S.C. Section 3727, and FAR Subpart 32.8, "Assignment of Claims." Invoices: Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. Section 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Patent and Copyright Infringement: Patent or copyright infringement suits brought against the United States as a party may only be defended by the U.S. Department of Justice (28 U.S.C. Section 516). Renewal of Support after Expiration of this Award: Service will not automatically renew after expiration of the initial term of this agreement. Renewal may only occur in accord with (1) the mutual agreement of the parties; or (2) an option renewal clause allowing the government to unilaterally exercise one or more options to extend the term of the agreement. (END OF CLAUSE)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB731000-12-03594a/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02826212-W 20120805/120803235057-086c0acef109fd5e96e13bb2a310f6e0 (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.