SOLICITATION NOTICE
66 -- Plasma Cleaning System for both Scanning and Transmission Electron Microscopy - Terms & Conditions
- Notice Date
- 8/7/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- RFQ1914712-2
- Archive Date
- 8/18/2018
- Point of Contact
- Jesse Weidow, , Barbara Horrell,
- E-Mail Address
-
weidowjd@niaid.nih.gov, horrellb@niaid.nih.gov
(weidowjd@niaid.nih.gov, horrellb@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 52.212-5 FedBizOps Synopsis Title: Plasma Cleaning System for both Scanning and Transmission Electron Microscopy Solicitation Number: RFQ1914712-2 Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ1914712-2 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99_ 7-16-18 The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. The small business set aside is dissolved for this requirement. The acquisition is being competed full and open with brand name or equal restriction. The National Institute of Allergy and Infectious Diseases (NIAID) has a brand name requirement for the following item. These supplies will be used in the NIAID, Laboratory of Infectious Disease (LID). Place of Performance: NIH, 50 South Drive, Bethesda, MD 20892, United States. FOB: Destination System Requirements: Enables removal of hydrocarbon contamination on samples: Sample types a. All types of TEM or SEM samples b. Holey carbon films c. Quantifoil grids Includes three gas supply hoses (oxygen, hydrogen, and argon) a mess flow controller two TEM blanking plugs The ability to magnitude higher-resolution (0.4 nm) A total of 2 specimen holder ports Specimen Table with Mesh Must be able to clean a minimum of thirty 3mm TEM grids simultaneously. Universal input 100/240VAC, 50/60Hz pre-loaded automated programed protocols for treating various types of grids: 200 -400 mesh gold or copper grids with continuous and holey carbon, gold or graphene films used for CryoTEM Vacuum/gas: Inline electromagnetic valve isolates vacuum pump from chamber <1 min pump down, <45 s vent cycle Two-stage, variable speed diaphragm pump (electronic speed control) 80 L/s (2.8 ft.3/s) Gas support Requirements: a. Plasma recipes to support a minimum of 2 independent gases; O2, H2 or Ar, O2 b. Two mass flow controllers supplied as standard c. An auto tuning function, RF match network control d.A 3rd mass flow controller e. System will operate at power levels down to 2W and up to 50W. Low power option is required for cleaning fragile samples f. Three-gas model that allows for independent control the H2, O2, and Ar gases Sample loading requirements: a. The system must incorporate a top and side loading chamber to accommodate one or more SEM samples. The chamber must be able to accommodate a sample as large as 110 mm square sample. b. Must be able to clean a minimum of thirty 3mm TEM grids simultaneously. c. Two front loading ports must be supplied to accept and clean two TEM holders simultaneously. Turbo pumping system shall be integrated into the system to permit up to 4 holders to be kept at turbo pumped vacuum levels: a. Two stage, 24VDC variable speed diaphragm pump b. Turbo molecular drag pump (MDP) (80 l/sec) c. Automatic valve between MDP and chamber e.Pump must be a part of the instrument, and not a separate piece of equipment. f.The pumping station must store up to 4 holders, 4 sample storage modules g. This pumping system will per permit bake-out of LN2 dewars on the holders with the power for the bake-out as part of the Plasma cleaning system Computer control: a. Interactive, color, 10 cm diagonal or larger projected capacitive touch screen operation b. Standard and customizable recipe selections c. Control of time, chamber pressure, gas mixture, and cleaning power Quote submissions must include the following: Delivery charges Installation Training Manufacture Warranty Place of Manufacture Quote must include supporting documentation submitted with the quote that demonstrates how the quoted equipment meets all of the same requirements and perform the same functions. The government intends to a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; capability to meet the requirements, delivery time, warrant, and price and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2017) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record) FAR 52.204-7 System for Award Management (July 2013) FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (July 2013) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from https://www.acquisition.gov/browsefar & https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html or, upon request, either by telephone or fax. Submission shall be received not later than August, 17th, 2018 at 5:00 P.M. EASTERN TIME. Offers may be mailed, e-mailed to Jesse.weidow@nih.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Jesse Weidow @ Jesse.weidow@nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ1914712-2/listing.html)
- Place of Performance
- Address: 50 South Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN05023810-W 20180809/180807231144-96cb4f35141cafb0c529f9851375685b (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 |