SOLICITATION NOTICE
66 -- Chemical Ionization Time-of-Flight Spectrometer
- Notice Date
- 5/12/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NRMJ3000-14-00548
- Archive Date
- 6/10/2014
- Point of Contact
- Mark Caban, Phone: 303-497-6875
- E-Mail Address
-
mark.caban@noaa.gov
(mark.caban@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- (I) 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 and 13.5 Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a Request for Quotation (RFQ). Submit written quotes on RFQ Number NRMJ3000-14-00548. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, April 29, 2014. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 334516 Analytical Laboratory Instruments and the small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item: CLIN 0001Chemical Ionization Time-of-Flight Mass Spectrometer 1. Purpose: The Chemical Sciences Division (CSD) of the NOAA Earth System Research Laboratory has the requirement for a chemical ionization time-of-flight mass spectrometer in support of its trace gas measurement program. CSD makes trace gas measurements during field intensives to improve the scientific understanding of the atmospheric emissions and chemical processes that contribute to air quality issues and climate change. The chemical ionization time-of-flight mass spectrometer that is being requested here has a superior sensitivity, time and mass resolution compared with existing instruments at NOAA. This will allow much more detailed measurements of emissions and reaction intermediates, and will keep CSD at the forefront of the scientific progress. 2. Scope and Objectives: A chemical ionization time-of-flight mass spectrometer for measurements of atmospheric trace gases. The chemical ionization flow tube source should allow the use of acetate, iodide and water cluster ions. The time-of-flight mass spectrometer should have a mass resolution (M/∆M) higher than 3500 to allow the separation of isobaric ions with different elemental composition. (VI) Description of requirements is as follows: The instrument should consist of the following items: i. A chemical ionization flow tube source that allows the use of acetate, iodide and water cluster ions for trace gas ionization ii. An atmospheric-pressure interface (API) consisting of a Radio Frequency (RF) -only, quadrupole interface for optimal transfer of ions and detection efficiency iii. A high-resolution time-of-flight mass spectrometer with a mass resolution (M/∆M) higher than 3500 to allow the separation of isobaric ions with different elemental composition. The mass range should allow detection of ions up to 1000 amu iv. Electronics and software for data acquisition and analysis (VII) Place of delivery is Chemical Sciences Division, NOAA Earth Systems Research Laboratory, 325 Broadway R/CSD7, Boulder, Colorado 80305. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (APR 2014), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet or exceed the Government requirements as described in Section XIII Clause CAR 1352.215-70 Proposal preparation (APR 2010); (ii) price and (iii) past performance. In determining which proposal provides the best value to the Government, a lowest price, technically acceptable approach will be utilized. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2013), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (SEP 2013), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2014) applies to this acquisition. The following clauses under subparagraph (b) apply: (1), (4), (8), (14) (16) (19) (25) (28) (29) (30) (31) (32) (33) (34) (35) (40) (50). The following clauses under subparagraph (c) apply: None. (XIII) The following clauses are also applicable to this acquisition: CAR 1352.201-70 Contracting Officer's Authority (Apr 2010) CAR 1352.209-72 Restrictions Against Disclosure (Apr 2010) CAR 1352.209-73 Compliance with the Laws (Apr 2010) CAR 1352.209-74 Organizational Conflict of Interest (Apr 2010) CAR 1352.215-70 Proposal preparation (APR 2010) Proposal preparation (a) General Instructions. Proposals are expected to conform to solicitation provisions and be prepared in accordance with this section. To aid in evaluation, the proposal shall be clearly and concisely written, neatly presented, indexed (cross-indexed as appropriate), and logically assembled. All pages of each part shall be appropriately numbered and identified with the name of the offeror, the date of the offer, and the solicitation number. Each volume shall be clearly marked by volume number and title. (b) Overall Arrangement of Proposal. (1) VOLUME I--BUSINESS PROPOSAL (i) Volume I, Business Proposal, consists of the actual offer to enter into a contract to perform the desired work. It also includes required representations, certifications, and acknowledgments, if applicable; and any other required administrative information. (ii) Format and Content. Volume I, Business Proposal, shall include the following documents (in the order listed): (iii) Price proposal for the CLIN 0001 Chemical Ionization Time-of-Flight Mass Spectrometer (2) VOLUME II --TECHNICAL PROPOSAL (i) General. (A) Volume II, technical proposal, consists of the offeror's proposal delineating its capabilities and how it intends to perform contract requirements. In addition to written price quotes, offers are instructed to provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. The technical description may contain descriptive literature and a capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI). The Technical proposal will be evaluated in accordance with the criteria contained in (IX) FAR 52.212-2 Evaluation - Commercial Items (JAN 1999). The technical proposal must contain technical specifications indicating the product's ability to meet or exceed the requirements in the solicitation. Only proposals that address and meet all requirements set forth in this solicitation will be considered acceptable. (B) In order that the technical proposal may be evaluated strictly on the merit of the material submitted, no contractual price information is to be included in Volume II. (C) The technical proposal must be typed with one inch margins, on 8\1/2\'' by 11'' paper, not exceeding 20 pages, double-sided, exclusive of resumes and related corporate experience documentation. Any pages in excess of 20 will be disregarded, and will not be included in the proposal evaluation. Failure of the offeror to comply with the page limitations, resulting in the excess pages not being evaluated, shall not constitute grounds for a protest. (ii) Format and Content. Volume I, Technical Proposal, shall include the following contents: (A) Table of Contents (B) List of Tables and Figures (C) Summary of Technical Proposal (D) Technical Proposal (E) Exceptions and Deviations. These major headings may be subdivided or supplemented by the offeror as appropriate. (1) Summary. This section shall provide a summary that addresses each of the technical evaluation factors set out in (IX) FAR 52.212-2 Evaluation - Commercial Items (JAN 1999). (2) Technical Proposal. The offeror shall clearly address each of the technical evaluation criteria in (IX) FAR 52.212-2 Evaluation - Commercial Items (JAN 1999). (3) Exceptions and Deviations. This section shall identify and explain any exceptions or deviations taken to any part of the solicitation or conditional assumptions made with respect to the technical requirements of the solicitation. Offerors should note that taking exceptions to the Government's requirements may indicate an unwillingness or inability to perform the contract, and the proposal may be evaluated as such. (iii) Specific areas to be addressed: Specifications: The instrument should consist of the following items at a minimum: i. A chemical ionization flow tube source that allows the use of acetate, iodide and water cluster ions for trace gas ionization ii. An atmospheric-pressure interface (API) consisting of an RF-only, quadrupole interface for optimal transfer of ions and detection efficiency iii. A high-resolution time-of-flight mass spectrometer with a minimum mass resolution (M/∆M) higher than 3500 to allow the separation of isobaric ions with different elemental composition. The mass range should allow detection of ions up to a minimum of 1000 amu iv. Electronics and software for data acquisition and analysis (E) Past Performance. Include recent and relevant contracts (a minimum of three) for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and The offeror shall submit one original of Volume II, marked as such. (End of clause) CAR 1352.215-72 Inquiries Offerors must submit all questions concerning this solicitation in writing to Mark Caban by email to mark.caban@noaa.gov. Questions should be received no later than five 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 clause) CAR 1352.233-70 Agency Protests (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 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: Mark E. Caban, Contracting Officer, NOAA/Western Acquisition Division -Boulder, 325 Broadway, MC-3, Boulder, Colorado 80305-3328. (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: Barry Berkowitz, Senior Procurement Executive and Director, Office of Acquisition Management, U.S. Department of Commerce, 1401 Constitution Ave., NW, Room 6422, Washington, D.C. 20230. (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, N.W.,Washington, D.C. 20230,FAX: (202) 482-5858 (End of clause) CAR 1352.233-71 GAO and Court of Claims Protests (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, N.W., Washington, D.C. 20230, FAX: (202) 482-5858 (End of clause) CAR 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: NOAA Chemical Sciences Division, NOAA Earth Systems Research Laboratory, 325 Broadway, Boulder Colorado 80305. (End of clause) CAR 1352.270-70 Period of Performance (Apr 2010) a) The base period of performance of this contract is from after receipt of award through eight months. (End of clause) (XIV) The Defense Priorities and Allocations System (DPAS) do not apply. (XV) Quotes are required to be received in the contracting office no later than 12:00 p.m. MDT on May 26, 2014. All quotes must be emailed to the attention of Mark Caban at mark.caban@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Contract Specialist Mark Caban telephone number (303) 497-6875, email address mark.caban@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NRMJ3000-14-00548/listing.html)
- Place of Performance
- Address: NOAA Chemical Sciences Division, NOAA Earth Systems Research Laboratory, 325 Broadway R/CSD7, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN03363394-W 20140514/140512234216-0466bd6aa8068b845e47529023ff29ef (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 |