SOLICITATION NOTICE
66 -- Flow Microscope
- Notice Date
- 8/29/2012
- 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, United States
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-12-RQ-0692
- Archive Date
- 9/25/2012
- Point of Contact
- Dana Rae Graham, Phone: 3019753978, Andrea A Parekh, Phone: (301)975-6984
- E-Mail Address
-
danarae.graham@nist.gov, andrea.parekh@nist.gov
(danarae.graham@nist.gov, andrea.parekh@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- CLASSIFICATION CODE: 66- Laboratory Equipment and Supplies SUBJECT: Flow Microscopy System SOLICITATION NUMBER: SB1341-12-RQ-0692 RESPONSE DATE : September 10, 2012 SUBMISSION METHOD: FBO CONTACT POINTS: Dana Rae Graham, Contract Specialist, (301) 975-3978 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 WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. 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) 2005-60. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Dana Rae Graham, Contract Specialist, with copy to Andrea Parekh, Contracting Officer. 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. 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 vendors may quote.*** ***The National Institute of Standards and Technology is seeking to purchase a flow microscopy system.*** ****All interested Contractor's shall provide a quote for the following: Line Item 0001: Quantity One (1) Flow Microscopy System that must meet the minimum specifications attached. A refurbished system meeting original factory specifications is acceptable. Line Item 0002: Quantity One (1) Software Line Item 0003: Installation and Training 1.0 Hardware The hardware shall consist of an automated, computer controlled microscope with an integrated flow-through cell, a pump for controlled flow of the sample, a computer and hard drive for operating the system and storing data, and necessary cables and fittings to interface between these components. The flow microscopy system must meet the following minimum specifications: • Flow cell thickness of at least 70 micrometers • CCD pixel size to be at least 900x600 • Samples transferred to microscope via standard pipet tips • Pump shall be variable speed, allowing both system priming and sample counting • Fluid imaged with at least 20% sampling efficiency, not counting purge volume • System shall meet specifications for count accuracy after priming with not more than 0.4 mL of sample. • System capable of imaging particles at a concentration as high as 300,000 particles per mL, for particles of diameter less than 3 micrometers. • Counting accuracy of +/-20 % or better from particle diameter of 1 to 50 micrometers. • Average diameter accuracy of +/-0.5 micrometers or better for 2 and 5 micrometer diameter polystyrene latex (PSL) beads. • Particle size distribution shall have a standard deviation of +/- 0.5 micrometers or better for 2 and 5 micrometer PSL beads, when evaluated over a range from 1 to 4 micrometers. • System optimized and capable of imaging low-refractive index objects, such as protein aggregates, as evidenced by data or literature references. (Typical refractive index mismatch of 0.01.) 2.0 Software • The purchase shall include software for data acquisition and automatic particle analysis. • Data shall be exportable as text file, including particle size distribution, and for each particle: particle number, time stamp, effective diameter, aspect ratio, maximum and minimum feret diameters, area, and perimeter. 3.0 Warranty The Seller warrants that the microscope system will correspond with its specification at the time of delivery and will be free from defects in material and workmanship for a period of 12 months (or longer) from the date of delivery. 4.0 Installation and Training Installation The system shall be installed by the Contractor and meet contract specifications no later than 30 days after receipt of the system at NIST, Gaithersburg. Installation, at a minimum, shall include uncrating/un-packaging of all equipment, set-up and hook-up of the system, demonstration of all specifications, validation, testing and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. Training The contractor shall conduct at least one (1) training session for up to three (3) users at NIST. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and on-site measurements demonstrating that no damage or misalignment issues arose during transportation and installation, but shall be completed no later than 30 days after installation.*** *** Delivery: Delivery shall be provided not later than 90 days after receipt of an order. Delivery 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 20899-1640. *** *** Evaluation Criteria: 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APRIL 2012) The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results as lowest price and technically acceptable. Quotations deemed technically unacceptable will not be considered further for award.*** *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of a CAR provision or clause may be accessed at http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=4e688f283b79af361b0d640fd9f28ed6&rgn=div5&view=text&node=48:5.0.6.43.1&idno=48.*** *** 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: 1352.209-74 Organizational Conflict of Interest 1352.209-73 Compliance with the Laws 1352.201-70 Contracting Officer's Authority 1352.246-70 Place of Acceptance 52.211-6 Brand Name or Equal 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; 52.219-28, 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; 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act, Alt. I; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.217-5, Evaluation of options 52.217-8 Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 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. *** ***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: Offeror shall list exception(s) and rationale for the exception(s)*** ***Instructions to Offerors: All quoters 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; 4) An original and one (1) copy of the most recent published price list(s)*** ***All quotes shall be received not later than 2:00 PM local time, on September 10, 2012, via FBO. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Dana Rae Graham) @ danarae.graham@nist.gov. Emailed and faxed quotes will NOT be accepted. Offerors' quotations shall not be deemed received by the Government until the quotation is submitted via FBO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0692/listing.html)
- Record
- SN02860086-W 20120831/120829235543-a51aabdf351f4a4655a5fa950b11ccff (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 |