MODIFICATION
66 -- Autodilution/Autosampling Instrument
- Notice Date
- 8/22/2013
- Notice Type
- Modification/Amendment
- 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
- SB1341-13-RQ-0629
- Archive Date
- 9/13/2013
- Point of Contact
- Divya Soni, Phone: 3019756394
- E-Mail Address
-
divya.soni@nist.gov
(divya.soni@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, as supplemented with additional information included in this notice. THIS ACQUISITION IS BEING PROCURED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR PART 13. 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 Quote (RFQ). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-68. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516. Offerors will be responsible for obtaining related amendments to this solicitation, if any, from www.fbo.gov. It is the responsibility of each potential offeror to monitor www.fbo.gov for any amendments or other information related to this solicitation. Any communications regarding this acquisition must be made in writing and forwarded via email to Divya Soni at divya.soni@nist.gov and shall identify the solicitation number, company name, company address, as well as point of contact email address and phone number. The Inorganic Materials Group (IMG) in the Materials and Structural Systems Division of the National Institute of Standards and Technology (NIST)'s Engineering Laboratory is developing measurement science and technology for sustainable concrete infrastructure materials. This work involves extensive characterization of the materials, including their initial state as well as changes to their composition and structure during their service life. Among these characterization techniques is the analysis of the elemental composition of the materials and of the solution with which they are in contact. For this purpose, the IMG uses inductively coupled plasma optical emission spectroscopy (ICP-OES). The technique requires multiple and precise dilutions of solution with multiple diluents, as well as multiple sampling of standard solutions of known composition for calibration. Automation of the dilution and sampling tasks would (a) expedite the measurements performed by ICP-OES by eliminating the need for slow and tedious manual dilution and sampling, (b) lower the risk of contamination by excessive handling of the solution, and (c) make the measurements more repeatable and accurate by removing several sources of human error. This solicitation is for the procurement of an Autodilution/Autosampling Instrument that meets the below specifications. The Contractor shall furnish the necessary hardware, software, and services to install and test one inline autodilution/autosampling instrument for use with a Teledyne-Leeman Prodigy ICP-OES instrument in the IMG lab space. The system shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. The Contractor shall furnish one autodilution/autosampling instrument for use with a Teledyne-Leeman Prodigy ICP-OES instrument, including hardware, software for instrument control, and documentation. The system must meet or exceed the following minimum technical specifications: 1. Hardware a. Autodilution instrument. i. Must allow for at least two simultaneous diluents ii. Must provide real-time automatic volumetric dilution with dilution factors up to 200x. iii. Must provide volumetric flow rates between 2 microLiter/min and 400 microLiter/min. iv. Flow rate accuracy of 0.5 % or better. v. Flow rate precision of 0.5 % or better. b. Autosampler i. Must accommodate variable sample vial sizes up to 250 mL ii. Must accommodate at least 2 standard racks with 10 positions to accommodate up to 20 samples (250 mL each). iii. Must include rinsing station for reducing inter-sample contamination. iv. Must include a supply of at least 10 50 mL standard vials and 50 15 mL standard vials. v. Must include an enclosure to protect samples from airborne contamination. 2. Software a. Shall be compatible with Microsoft Windows 7. b. Shall comply with Section 508/sub part B-Technical Standards 1194.21 c. Shall enable user to specify custom dilution recipes and sampling procedures d. Shall be able to operate on computers without internet connection. e. Shall include free software updates 3. Documentation a. A manual describing all procedures to operate the instrument shall be delivered with the equipment b. A manual describing the maintenance procedures and removal of all major components shall be delivered with the equipment. 4. Installation a. The Contractor shall install the autodilution instrument and autosampler on site in IMG lab space adjacent to the Teledyne-Leeman Prodigy ICP-OES. b. The plumbing of the instruments shall be connected to the Teledyne-Leeman Prodigy ICP-OES. c. The Contractor shall test the installation and validation of the system by running standard samples through the system and the ICP-OES and communicating the results of the tests to NIST personnel. 5. Training a. The Contractor shall provide in-person training to NIST personnel on the proper use of the instrument and control software after the instrument has been installed, tested, and validated. 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer, conforming to the solicitation, represents the best value to the Government, price and non-price factors considered. NIST anticipates a single award to the technically acceptable/lowest price offeror. Technically acceptable means that the offeror's proposed solution meets all minimum technical specifications in numbers 1-5 listed above. Price Evaluation Evaluation of prices proposed for products and services will determine whether the proposed prices are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed prices must be entirely compatible with the technical proposal. ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS All Offerors shall submit all of the following: (1) Technical description of the items being offered in sufficient detail to evaluate compliance with requirements in the solicitation. Item MUST meet exact specifications as laid out in the description attached. This may include product literature, or other documents, if necessary; (2) Documentation that clearly demonstrates that the offeror is an authorized reseller for any brand-name products being offered; (3) Firm-fixed price for each CLIN and discount terms. Shipping charges, if applicable, shall be provided on the quote; (4) Acknowledgement of solicitation amendment(s); (5) This is an Open-Market Combined Synopsis/Solicitation for the instrument as defined herein. The Government intends to award a firm-fixed-price contract 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 offers 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. (6) Completed Representations and Certifications (FAR 52.212-3) or acknowledgement that the certification in SAM is accurate and current. (7) The Offeror's Dun and Bradstreet number; (8) The successful Offeror must be actively registered in the System for Award Management (SAM) at the website https://www.sam.gov. Failure or refusal to register in SAM will forfeit award. DUE DATE FOR QUOTES ***The due date and time for receipt of quotations is August 5, 2013 no later than 12:00PM EST. The offeror shall hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. ***Offerors shall e-mail their quotation to divya.soni@nist.gov so that it is received by the response date/time for this solicitation. It is the responsibility of the offeror to confirm NIST's receipt of its quotation. Each quotation shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price. NIST reserves the right to award a purchase order without discussions, based solely on the submission of the Contractor. APPLICABLE PROVISIONS AND CLAUSES FOR THIS SOLICITATION: The full text of a FAR provision or clause may be accessed electronically at http://www.acquisition.gov/far/. The following provisions apply to this acquisition: 52.204-7 CENTRAL CONTRACTOR REGISTRATION (DEC 2012) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (DEC 2012) In accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov. If paragraph (j) of the provision is applicable, a written submission is required; 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (FEB 2012) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2013) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government`s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 (APR 2010) 1352.201-72 CONTRACTING OFFICER's REPRESENTATIVE (C0R) (APR 2010) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) 1352.233-70 AGENCY PROTESTS (APR 2010) 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at http://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 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2013-08-09 10:15:47">Aug 09, 2013 10:15 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2013-08-22 12:55:08">Aug 22, 2013 12:55 pm Track Changes Amendment 1: The purpose of this amendment is to extend the deadline for responses to August 14, 2013 at 12pm Eastern. Amendment 2: The purpose of Amendment 2 is to cancel the small business set-aside and state that this procurement is being conducted through unrestricted competition. The due date for responses is extended until August 29, 2013 at 12pm Eastern time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0629/listing.html)
- Record
- SN03159054-W 20130824/130823000102-ba3404a70b9f19b776b1abccd917a12c (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 |