Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2012 FBO #3921
SOLICITATION NOTICE

66 -- BRAND NAME ONLY: AMETEK NIM-based electronics modules

Notice Date
8/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
100 Bureau Drive, Gaithersburg, MD 20899
 
ZIP Code
20899
 
Solicitation Number
SB1341-12-RQ-0674
 
Response Due
8/24/2012
 
Archive Date
2/20/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is SB1341-12-RQ-0674 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-08-24 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Gaithersburg, MD 20899 The DOC National Institute of Standards and Technology requires the following items, Exact Match Only, to the following: LI 001, AMETEK Model 590A Amp & Timing SCA, 4, EA; LI 002, AMETEK Model 1421H Preamp, 4, EA; LI 003, AMETEK Model 660 dual 5-kV Power Supplies, 4, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOC National Institute of Standards and Technology intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOC National Institute of Standards and Technology is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Salient Characteristics: 1.Bias High Voltage Modules a.Rear outputs: Two 0-3kV bias outputs max current 100 microAmps b.Rear secondary outputs: Two 0-500V outputs max current 100 microAmps c.All rear outputs: positive and negative polarity of output bias voltage and SHV connections, overload protection and single width NIM-standard module 2.High Voltage PreAmp a.input: can input a 0-3kV bias voltage and output b.output: can output a 0-3kV bias c.SHV contentions for high voltage bias input and output; BNC signal connections on all other outputs d.temperature instability: <100 ppm/degree Celsius at room temperature e.Over voltage protection and energy and timing outputs; testing output 3.SCA and Amplifier Module a.shall provide electrical power to high voltage preamps listed above, continuously adjustable gain from 0-250 b.Inputs: positive or negative polarity preamp signal acceptable; c.All BNC connections d.0-10V Window e.0-10 V lower level f.0-10 Integral g.SCA Output: Standard 5V NIM signal; single-width NIM standard module Brand Name Only Justification: The NIST Center for Neutron Research has a requirement for four AMETEK NIM-based electronic modules for the readout and to provide electrical power for 4 new He-3 filled proportional counters. The required modules will be a one-to-one replacement for existing detector electronics at the interferometer facility as well as three other neutron facilities (NG6-a, NG6-M and NG7-NIOFa) controlled by the NCNR. The required NIM-based electronic modules conform to the NCNR?s existing power bins and are completely compatible with existing adapters, high voltage cables and timer-counter boards at the facility. Using NIM-based electronic modules from another manufacturer would necessitate the cost of purchasing additional NIM power bins, and would also necessitate the expense of extensive software modifications which would need to be performed by NIST staff. NIST cites authority of FAR13.106 (1)(b) as primary rationale for Brand Name Only Determination. All items must be new. Prototypes, demonstration models, used or refurbished instruments will not be considered for award. Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.209-10; 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.223-18; 52.225-1; 52.225-13; 52.232-33. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 1) Price Quotation: The offeror shall propose a firm-fixed-price, FOB Destination, for each CLIN. Contractor shall state express warranty coverage. 2) Technical Quotation: The offeror shall submit a technical quotation. The technical quotation shall address the following: 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. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. Bid Term: vendors must provide manufacturer part number, name, and extended specifications for evaluation in order to be considered. FOB Destination (Gaithersburg, MD) Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) The following CAR clauses apply to this acquisition: 1352.201-70; 1352.209-73. 1352.246-70 PLACE OF ACCEPTANCE (APR 2010) (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 Gaithersburg, MD 20899
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0674/listing.html)
 
Place of Performance
Address: Gaithersburg, MD 20899
Zip Code: 20899-0001
 
Record
SN02845296-W 20120819/120818000522-4cb9b58e02bbf0964577d473707e745d (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.