|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160National Institute of Standards & Technology, Acquisition & Assistance
Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 66 -- POSITION-SENSITIVE NEUTRON PROPORTIONAL COUNTER AND DATA
ACQUISION SYSTEM SOL 53SBNB860076 DUE 082898 POC Contract Specialist,
Tamara Grinspon (301)975-4390, Contracting Officer, Pauline Mallgrave
(301) 975-6330 WEB: NIST Contract Homepage,
http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST
Contract Office, Contract@nist.gov. THIS IS A COMBINED
SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH
THE FORMAT IN FAR SUBPARTS 12.6 AND 13.5, 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, #53SBNB860076, is a Request for Quotation (RFQ). The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-05. The associated
Standards Industrial Classification Code (SIC) for this procurement is
3829, and the small business size is 500 Employees. *****The National
Institute of Standards and Technology (NIST) has a requirement for
(CLIN #001) a quantity of one (1) ORDELA Model 2660N, or equal,
Position-Sensitive Neutron Proportional Counter (PSPC) and Data
Acquisition System (DAS). The Contractor shall supply a large area (64
cm x 64 cm active area), high resolution (0.5 cm spatial resolution),
high count rate (100,000 neutrons per second), neutron
position-sensitive proportional counter (PSPC) and data acquisition
system (DAS) for use on a 30-meter Small Angle Neutron Scattering
(SANS) instrument at NIST's Center for Neutron Research (NCNR). The
PSPC shall meet the following physical, functional and performance
specifications: [1] Minimum Active Area: 64 cm x 64 cm; [2] Spatial
Resolution: 0.5 cm x 0.5 cm, full-width at half-maximum (FWHM) or less;
[3] Picture Elements (pixels): at least 128 x 128 (16384 total); [4]
Counting Gas: Helium-3; [5] Stopping Gas: Carbon Tetrafluoride, CF4;
[6] Detection Efficiency: 80% for 0.5 nm neutrons, 65% for 0.3 nm, 50%
for 0.2 nm; [7] Event Processing Time: < 1 microsecond; [8] Count
Rate Capability: 100,000 neutrons per second (10,000 neutrons per pixel
per second) for 10% coincidence losses; [9] Gas Multiplication Factor:
< 50; [10] Spatial Uniformity: +/- 2% integral, +/- 10%
differential; [11] Linearity: +/- 1 mm integral, +/- 0.5 mm
differential; [12] Bias Voltage: < 3500 V; [13] Body and Window:
Aluminum; [14] Overall Dimensions: < 122 cm diameter, < 85 cm
high; [15] Window Thickness: < 8 mm total window thickness; [16] DAS
shall provide programmed control of all essential PSPC operations such
as acquire, stop, clear, time slicing, data storage, and display; [17]
All PSPC electronic tuning parameters (e.g. amplifier gains and
discriminator levels) shall be remotely adjustable from the DAS; [18]
DAS shall include a programmable pulse generator to allow simulating
neutron pulses at any pixel location; [19] DAS shall allow individual
digitized event positions to be transferred to external histogramming
memory without interruption of the counting process; [20] DAS shall
display a color or gray-scale image of the full detector pixel array,
and update display at least every 10 seconds without interrupting data
collection; [21] DAS shall include an Ethernet interface for data
transfer to a remote computer system; [22] PSCP shall operate in a
vacuum environment; [23] All PSPC electronic circuits shall be
contained in a sealed enclosure located on the PSPC back plane. This
enclosure shall contain at least two ports for venting to atmosphere to
allow operation of the electronics in air; [24] PSPC shall be supplied
with an operations manual and documentation of test results that
verify the above performance specifications; [25] The Contractor shall
provide a 12 month warranty on all parts and labor for PSPC and DAS.
*****Delivery is desired within 9 months After Receipt of Order (ARO)
and required within 12 months ARO. Delivery location is the National
Institute of Standards and Technology, Building 301, Receiving Room,
Gaithersburg, Maryland 20899-0001. The FOB Point shall be Destination,
Gaithersburg, Maryland. *****The following FAR provisions apply to
this solicitation: 52.212-1, Instructions to Offerors-Commercial;
52.212-2, Evaluation-Commercial Items. ***** Evaluation Criteria to be
included in paragraph (a) of provision 52.212-2 are, in descending
order of importance, with (A) and (B) of approximately equal value and
(C) approximately half the value of (A) or (B), as follows: (A)
Technical capability to meet or exceed the Government=s specifications
(offerors shall submit a quotation addressing all required
specifications, and shall provide descriptive literature to include
specifications, drawings and functional diagrams which fully describe
the operation and performance of the PSPC and DAS; (B) Past Performance
(offerors shall provide information indicating prior experience in
supplying large area position-sensitive neutron counters with
comparable characteristics to those specified in this
synopsis/solicitation; a list of references [including contact person's
name, company/organization, phone number and fax number] shall be
provided by offerors; (C) Available Facilities and Personnel [offerors
shall provide information that demonstrates that offeror has the
necessary facilities and qualified personnel to carry out the
construction and testing of the PSPC (essential facilities include a
clean room environment for assembling the PSPC, a neutron source and
electronic test equipment sufficient to verify all aspects of PSPC
performance, and gas handling, mixing and purification equipment-and
personnel shall have experience with the mechanical and electronic
design of large area PSPC's)]; and (D) Price. Technical evaluation
criteria, when combined, are significantly more important than price.
***** The Government anticipates awarding a purchase order resulting
from this combined synopsis/solicitation to the responsible offeror
whose quotation, conforming to this synopsis/solicitation, will offer
the best value to the Government, price and other factors considered.
Offerors shall address all requirements in this combined
synopsis/solicitation, and shall provide clear evidence of
understanding and the ability and willingness to comply with the
Government's specifications of need. Failure to address a
specification/requirement will be construedby the Government as
inability to meet the need, or the offeror's taking exception to
it.*****All vendors are to include with their quotes, a completed copy
of provision 52.212-3, Offeror Representations and
Certifications-Commercial Items, which may be downloaded from
http://www.nist.gov/admin/od/contract/repcert.htm. The clause at
52.212-4, Contract Terms and Conditions-Commercial Items, applies to
this acquisition. The clause at 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items,
applies to this acquisition, including subparagraphs (1) 52.203-6,
Restrictions on Subcontractor Sales to the Goverrnment, with Alternate
I; (3) 52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns; (6) 52.222-26, Equal Opportunity; (7)
52.222-35, Affirmative Action for Special Disabled Vietnam Era
Veterans; (8) 52.222-36, Affirmative Action for Handicapped Workers;
(9) 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era; (11) 52.225-9, Buy American Act-Trade
Agreements Act-Balance of Payments Program; and Department of Commerce
Agency-Level Protest Procedures Level Above the Contracting Officer,
which can be downloaded from the NIST Web Page located at
http://www.nist.gov/admin/od/contract/protest.htm. *****All interested,
responsible firms should submit quotes (original plus one copy of quote
and enclosures), by 3:00 PM, Washington, DC time, on August 28, 1998,
to the National Institute of Standards and Technology, Acquisition and
Assistance Division, ATTN: Tamara Grinspon, Building 301, Room B117,
Gaithersburg, Maryland 20899-0001. Faxed quotes will NOT be accepted.
Copies of above-referenced clauses are available upon request, either
by telephone or fax. Posted 08/13/98 (W-SN236679). (0225) Loren Data Corp. http://www.ld.com (SYN# 0426 19980817\66-0009.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|