Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2013 FBO #4274
SOLICITATION NOTICE

66 -- OPTICAL MICROSCOPES AND ACCESSORIES

Notice Date
8/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens 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
SB1341-13-RQ-0701
 
Archive Date
8/29/2013
 
Point of Contact
Lynda M Roark, Phone: 3019753725, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
Lynda.Roark@nist.gov, todd.hill@nist.gov
(Lynda.Roark@nist.gov, todd.hill@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 solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This acquisition is being procured using full and open competition. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Lynda.Roark@nist.gov Questions should be received no later than 10 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. (End of Provision) Description: The National Institute of Standards and Technology (NIST) has a requirement for Nikon Research Optical Microscope and accessories for transmitted and reflected light to image electrical device structures fabricated in NIST's Center for Nanoscale Science and Technology (CNST). This acquisition is restricted to the brand name only. Only Nikon Instruments shall be considered for award. NIST's CNST has existing Nikon optical microscopes. It is essential to CNST's mission to ensure 100 percent compatibility and interchangeability of the instruments and accessories to be purchased with the existing instruments. Compatibility ensures different application interchangeability, backup in case of failure, and maintains the software compatibility of the existing microscopes. Other manufacturers do not comply with the original equipment manufacturer (OEM) configurations or software. The introduction of any other brand equipment would require new software development and would not allow for interchangeable components, therefore hindering the missions of NIST and CNST. All interested Contractors shall provide a quote for the following line items: Line Item 0001, Nikon LV100N Universal Design Microscope: a. Quantity one (1) each, MBA61135, LV100ND-U-CH, Universal Stand Manual b. Quantity one (1) each, Product 79035, AC Power Cord c. Quantity one (1): MXA22049, Dust Cover H600L Line Item 0002, Transmitted/Reflected Light Source: a. Quantity two (2) each, MBE65275, LV-LH50PC-CH Precentered Lamphouse b. Quantity four (4) each, MXA23045, LV-H150W 12V50W LI Halogen Lamp Line Item 0003, Body Tube -Erect Image: a. Quantity one (1) each, MBB61000, LVTt2 Tilting Trinocular Head Erect Image b. Quantity one (1) each, MBB63435, LV-TV, CH, TV Tube for TI3 c. Quantity two (2) each, MAK10100, CFI 10X Eyepiece Lens with Diopter Adjustment and Reticle Holder (F.O.V 22MM) Line Item 0004, XY Mechanical Stage: a. Quantity one (1) each, MBC60411, LV-S64 6X4 Stage Line Item 0005, Condenser and Polarizer for Transmitted Light: a. Quantity one (1) each, MBL16100, Long working distance achromat condenser, N.A: 0.64 with adjustable iris diaphragm graduated in N.A working distance 9.6 mm. b. Quantity one(1) each, MBB75370, C-SP Simple Polarizer Line Item 0006, LV-UEPI Illuminator for BF/DF/POL/DIC/Fluorescence: a. Quantity one (1) each, MBE60300, LV-UEPI2 Universal EPI Illuminator 2 b. Quantity one (1) each, MBN66927, LV-UPO Polarizer c. Quantity one (1) each, MBN66925, LV-FLAN FI Analyzer for LV-Uepi2 d. Quantity one (1) each, MBN66924, LV-LP Lamda Plate e. Quantity one (1) each, MBN66750, YM-NCB11 Filter Slider with NCB11 and blank f. Quantity one (1) each, MBN66760, YM-ND4/16 Filter Slider with ND4/16 Line Item 0007, DIC Prism for Reflected Light: a. Quantity one (1) each, MBP60160, L-DIHC DIC Prism HC Line Item 0008, Nosepiece-LV100/150N: a. Quantity one (1) each, MBP60115, LV-NU5-CH Univer Man Quin NPC ESD F/DIC Line Item 0009, Objectives: a. Quantity one (1) each, MUE42050, TU Plan Fluor BD 5x b. Quantity one(1) each, MUE42100, TU Plan Fluor BD 10x c. Quantity one (1) each, MUE61200, TU Plan Fluor BD 20x d. Quantity one (1) each, MUE61500, TU Plan Fluor BD 50x e. Quantity one (1) each, MUE61900, TU Plan Fluor BD 100x Line Item 0010, Dual Adapter for Halogen and Fluorescence EPI Light Sources: a. Quantity one (1) each, MBE60320, LVUEIP2-DIS Double Light Source Adapter Line Item 0011, Intensilight 130W with 2000 Hr Bulb Life, No Alignment, 6-Step Attenuator: a. Quantity one (1) each, MBF72655, C-HGFI Intensilight Hg Illuminator b. Quantity one (1) each, MBF74650, C-LHGF I HG Lamp c. Quantity one (1) each, MBF71610, C-HGF IF 15 HG Fiber (1500mm Fiber Optic Light Guides) d. Quantity one (1) each, Product 79035, AC Power Cord (120 V) Line Item 0012, FL Filter Cubes (Unit holds 2 cubes simultaneously) a. Quantity one (1) each, Product 77014799, 49011 ET FITC/Alexa Fluor 488/Fluo3/Oregon Green Filter set, mounted TE2000/Ti Cube. Exciter: ET480/40x, 25mm Dichroic: T510LPXRXT Emitter: ET535/50m Line Item 0013, Diascopic POL Accessories: a. Quantity one (1) each, MBB75370, C-SP Simple Polarizer Line Item 0014, Dual Camera System-Fi1 Color and Qi1 Cooled: a. Quantity one (1) each, MQA11550, DS Cooled Camera Head DS-Qi1 b. Quantity one (1) each, MQA11020, DS-Fi2 Color Camera c. Quantity one (1) each, MQA25020, DS-U3 Camera Control Unit d. Quantity one (1) each, MQF11010, Interface cable 20-26 for Digital Sight DS-U3 Camera Controlled e. Quantity one (1) each, Product 77012903, 6.6 ft 1394B Firewire 800 Cable, 9-Pin M-M f. Quantity one (1) each, Product 77012601, FireBD800-E V.2 1394B OHCI PCI-EXP Firewire Adapter g. Quantity one (1) each, MQF52055, AC Adapter for 55i LED Microscope, L2, LC, U2, U3, Camera Controllers, C-Box-2, PFFS for TE2000 h. Quantity one (1) each, Product 79035, AC Power Cord (120V) Line Item 0015, Advanced Imaging Workstation: a. Quantity one (1) each, Product 77019682, 64 Bit Imaging Workstation supplied with Intel Xeon 3.6GHz quad core processor, 16GB DDR3 Ram, 1TB Hard drive (mirrored RAID for data integrity) and 1GB video card. Optical DVD-RW, gigabit LAN adapter, x5, USB2.0 and x4 USB3.0 ports, x1 IEEE 1394a port, USB keyboard and lasermouse, and recover software. Windows 7 64bit professional edition. b. Quantity one (1) each, Product 77019677, 24" LED Backlit IPS Monitor with height swivel, and tilt adjustment. Connects to PC by Display Port, DVI-D, 1 HDM. 1000:1 contrast ration with 178 degree angle, supporting up to 1920x1200 at 60 Hz. Line Item 0016, Camera Adapter: a. Quantity one (1) each, MQD42070, C-0.7X DXM Relay Lens Line Item 0017, NIS Elements Software: a. Quantity one (1) each, MQS32000, NIS Elements: Basic Research, Acquisition and Analysis package b. Quantity one (1) each, MQS42530, NIS Elements, Module: Time Measurements c. Quantity one (1) each, MQS42100, NIS Elements, Module: Extended Depth Focus (EDF) Line Item 0018, INSTALLATION AND TRAINING: Installation: The instruments shall be installed by the Contractor no later than two weeks after delivery; any delay beyond this timeframe must be approved by the Contracting Officer. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the system, demonstration of all minimum specifications, 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 four (4) users at NIST. The training shall provide a thorough demonstration of all system functions, maintenance, data administration, and basic troubleshooting. Training must be completed within 5 business days of installation completion or the same day as installation. Training must be scheduled in advance with the NIST Technical Contact, to be identified at award Evaluation Criteria: Award shall be made to the Contractor whose quotation meets all of the required minimum specifications listed above and quotes the lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability of Meeting or Exceeding the Requirement, and Price. Price shall be evaluated for reasonableness. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation, including data submissions. Technical descriptions and product literature submitted in the quotation shall be evaluated to determine that the proposed instrument meets or exceeds all required requirements identified herein. Required Submissions: All quoters shall submit the following: 1). An original and one copy of a price quotation which addresses all line items; 2). For the purpose of technical evaluation quoters shall submit: a. Two copies of technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addresses all specifications, and clearly documents that the offered product(s) meet(s) or exceeds the minimum specifications listed above. 3). Acceptance of Terms (Addendum to FAR 52.212-1(b)(11): 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) 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. Due Date for Quotations: All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 2:30 p.m. local time on August 14, 2013. FAX quotations shall not be accepted. E-mail quotations shall be accepted. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. 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 Lynda Roark, Contract Specialist on 301-975-3725. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. 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. 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; 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification 1352.233-70, Agency Protests; 1352.233-71, GAO and Court of Federal Claims Protests; The following clauses apply to this acquisition: 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance with the laws 1352.209-74, Organizational Conflict of Interest 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 (Jul 2010); 52.219-6, Notice of Total Small Business Aside (June 2003); 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 Agreement; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.247-34, FOB Destination 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0701/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03138133-W 20130807/130805235401-408b60ce6a9e22fd4b2271d660b86e45 (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.