SOLICITATION NOTICE
66 -- Dectris or EQUIVALENT Photon Counting X-ray Area Detector
- Notice Date
- 9/8/2013
- 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
- SB1341-13-RQ-0854
- Archive Date
- 10/9/2013
- Point of Contact
- Andrea A Parekh, Phone: (301)975-6984
- E-Mail Address
-
andrea.parekh@nist.gov
(andrea.parekh@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 AND IN ACCORDANCE WITH THE SIMPLIFIED ACQUISITION PROCEDURES AUTHORIZED IN FAR PART 13.5, TEST PROGRAM. 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 2005-69, effective September 03, 2013. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is NOT set-aside for small business and all vendors may submit a quotation in response to this solicitation. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to andrea.parekh@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) THIS IS A FISCAL YEAR (FY) 2014 REQUIREMENT. FUNDS ARE NOT CURRENTLY AVAILABLE. ALL QUOTATIONS SHALL REMAIN EFFECTIVE FOR A PERIOD OF 90 DAYS. ***Line item 0001 is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs.*** Line Item 0001: Quantity one (1) each, photon counting X-ray area detector, meeting or exceeding the following salient characteristics. Used or remanufactured equipment will not be considered for award. Background Information: The Dimensional Metrology for Nanomanufacturing Project (within the Energy and Electronic Materials Group of the Material Science and Engineering Division) develops and advances X-ray and neutron scattering methods as quantitative tools to characterize the shape, size, orientation, degree of ordering, and fidelity of nanoscale features patterned by advanced lithography and self-assembly techniques for the semiconductor industry. X-ray metrology works effectively using high-intensity, high energy (~20 keV) synchrotron radiation at national user facilities; however it is a challenging measurement for commercially available laboratory sources due to insufficient source intensity. The inherently weak signal from laboratory sources makes the reduction of detector noise critical to increasing the signal-to-noise ratio. This purchase will upgrade our current laboratory system to an ultralow noise detector with large dynamic range. This detector purchase is essential for proof of concept testing of the CDSAXS method in the measurement of dimensional features in a transmission scattering geometry on semiconductor structures such as patterned lines of known nanoscale pitch. Salient Characteristics: Purchase of a photon counting X-ray area detector optimized for measuring hard X-rays (E~20 keV) with a linear signal response over a high dynamic count range, with energy discrimination (peak selection and fluorescence rejection), no detector* background or readout noise, no discernible inter-pixel cross talk (i.e., low point spread function or indirect spreading of X-ray counts from one pixel to the next), and with a high lateral and temporal stability. This detector will be coupled to the existing NIST CDSAXS instrument. * Detectors will always collect X-rays from cosmic events and environmental sources. The requirement here is that the detector to not contribute to these background count levels in any measureable way. Detector Requirements: Dectris Pilatus 300K-W (1um thick sensor), or a detector meeting the following salient characteristics. 1. The detector shall have photon counting capability and be sensitive to single X-ray photons (not an integrating/analog detector, which cannot distinguish between several low energy photons or one high energy photon) 2. The detector active area dimensions shall be greater than 33 mm X 251 mm 3. The detector pixel dimensions shall be less than or equal to 172 um X 172 um 4. The detector point spread function shall be less than or equal to 172 um X 172 um 5. The detector photon efficiency shall be greater than or equal to 50% for 22 keV radiation. 6. Background counts shall be less than or equal to 0.15 X-ray photons / pixel / hour, and the detector shall have no discernible readout noise or dark current 7. The dynamic range shall be from 1 X-ray photon / pixel to 1,000,000 or greater X-ray photons / pixel 8. Detector shall have less than 0.03% defective pixels 9. The detector shall allow shutterless operation with a frame rate of greater than or equal to 20 Hz 10. The system shall include all necessary control electronics/computers, cables, and hardware 11. The detector shall include continuous threshold for an extended energy range (2.7 keV to 18 keV) 12. The vendor will include a re-usable shipping case for safe transportation of the detector to alternative locations. Computer Requirements: A control computer separate from any required detector data processing computers shall be included in the purchase with the following specifications: 1. The system shall include two LCD monitors with a diagonal of greater than or equal to 24", a pixel resolution of at least 1920 x1200, brightness of greater than or equal to 300 cd/m^2, and a contrast ratio of at least 1000:1 2. The computer shall be a Dell Precision T3600 or equivalent with the following salient characteristics: a) Xeon E5 series, 6 core processor operating at 3.2 GHz with 12MB of L2 cache or better b) At least 16GB of DDR3 RDIMM memory operating at 1600 MHz or faster c) Boot hard drive shall be solid state drive with at least 256GB of storage capacity and 6GB/s transfer rate d) Shall include secondary hard drive with 2 TB or greater of data storage operating at least 7200 rpm e) 1GB Nvidia quadro 2000 video card or better f) Windows 7 professional operating system The Contractor shall provide at least one (1) year warranty on all parts, labor and materials. DELIVERY REQUIREMENTS: All items shall be received not later than 4 months after receipt of the order. Evaluation Criteria: Award shall be made to the Contractor whose quote offers a firm fixed price and is 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) Past Performance, and 3) 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. 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 of the salient characteristics. Quotations that do not demonstrate the proposed equipment meets all salient characteristics 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. 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 with NIST or its' affiliates. Offerors should provide a list of 3-5 references to whom the same or similar equipment has been provided within the past 3 years. Price: The Government will evaluate price for reasonableness. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Required Submissions: All quoters shall submit the following: 1). An original and one copy (one if electronic submission) of a price quotation which addresses all line items- QUOTATIONS SHALL REMAIN EFFECTIVE FOR A MINIMUM OF 90 DAYS. THIS IS A FY14 REQUIREMENT- FUNDS ARE NOT CURRENTLY AVAILABLE; 2). For the purpose of technical evaluation quoters shall submit: a. Two copies (one is electronic submission) 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 requirements 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: Andrea Parekh, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Email: Andrea.Parekh@Nist.gov All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:00 p.m. local time on September 24, 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 Andrea Parekh, Contract Specialist on 301-975-6984. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 48-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: 52.211-6, Brand Name or Equal 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; 52.232-18 Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 1352.233-70, Agency Protests; Agency Protests (APR 2010) (a) An agency protest may be filed with either: (1) The contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 FR 16,651 (April 6, 1999). (b) Agency protests filed with the Contracting Officer shall be sent to the following address: Andrea Parekh, Contracting Officer, NIST, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: Bureau Procurement Officer, NIST, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce, Office of the General Counsel, Chief, Contract Law Division, Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, NW., Washington, DC 20230. FAX: (202) 482-5858. (End of clause) 1352.233-71, GAO and Court of Federal Claims Protests; GAO and Court of Federal Claims Protests (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce, Office of the General Counsel, Chief, Contract Law Division, Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, NW., Washington, DC 20230. FAX: (202) 482-5858. (End of clause) 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, ALT I Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 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 Agreements - Israeli Trade Act 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-0854/listing.html)
- Record
- SN03179134-W 20130910/130909185609-5ce68271dc5af2c2ef99d54d69f12f8b (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 |