Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2001 FBO #0006
PRESOLICITATION NOTICE

66 -- Purchase and Installation of a High-Performance, Research-Grade Wavelength Dispersive Spectrometer Instrument Automation/Data Acquisition/Analysis System on an existing JEOL 8600 Superprobe

Notice Date
12/6/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-01-Q-0084
 
Response Due
12/17/2001
 
Archive Date
1/1/2002
 
Point of Contact
Anita Tolliver, Contract Specialist, Phone (301) 975-6308, Fax (301) 975-8884 - Anita Tolliver, Contract Specialist, Phone (301) 975-6308, Fax (301) 975-8884
 
E-Mail Address
anita.tolliver@nist.gov, anita.tolliver@nist.gov
 
Small Business Set-Aside
Total Small Business
 
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. 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 the Federal Acquisition Regulation released September 2001. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. The National Institute of Standards and Technology (NIST) has a requirement for the purchase and installation of a high-performance, research-grade wavelength dispersive spectrometer instrument automation/data acquisition/analysis system on an existing JEOL 8600 Superprobe. All interested offerors shall provide a quote for the following line items: Line Item 0001: Purchase and installation of a high-performance, research-grade wavelength dispersive spectrometer instrument automation/data acquisition/analysis system on an existing JEOL 8600 Superprobe, Quantity: one (1) each. The system shall meet the specifications as stated in Attachment I, which is located at http://www.fedbizops.gov/ under RFQ Number SB1341-02-Q-0084. Line Item 0002, Delivery FOB Destination: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; and pay and bear all charges to the specified point of delivery. The contractor shall deliver all line items FOB Destination, to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Delivery and installation shall occur within 120 days or less after receipt of the purchase order. Line Item 0003: (Option Line Item) Energy Dispersive Spectrometer (EDS) Analyzer System as specified under Option A of the specifications in Attachment I. For this option line item, please specify in the quote the delivery time and warranty for this item. Delivery for the option line item shall be FOB Destination as described in Line Item 0002. Line Item 0004: (Option Line Item) Energy Dispersive Spectrometer (EDS) Automation including an EDS detector as specified under Option B of the specifications in Attachment I. The Government will award 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. The following will be used to evaluate quotations: 1) Technical capability to meet agency need; 2) Past Performance which will be evaluated on the following (a) The Contractor shall be able to demonstrate from past performance that the company has successfully installed the automation on electron microprobes similar to the JEOL 8600 and the installation of the automation was done efficiently taking 1-2 weeks maximum with the automation fully functioning, with no flaws, at the completion of installation and (b) The Contractor shall provide five or more references of the company's most recent installations of their automation, including software, computer, motors, and WDS detector electronics on electron microprobe instruments similar to NISTs requirement, and 3) Price. Technical capability and past performance when combined are more important than price. The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. 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 applies to this acquisition, including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (22) 52.225-15, Sanctioned European Union County End Products; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.217-5, Evaluation of Options, and 52.217-7 Option for Increased Quantity-Separately Priced Line Item. The Contracting Officer may exercise the options by written notice to the Contractor within one year from purchase order award. The Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer also applies to this acquisition and can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All offerors shall submit an original and two (2) copies of the following: 1) A quotation which addresses all line items; 2) Technical description and/or product literature; 3) The most recent published price list(s); 4) The Contractor shall provide five (5) or more references of the company's most recent installations of their automation, including software, computer, motors, and WDS detector electronics on electron microprobe instruments similar to NIST's requirement with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office, and telephone number, and program manager and telephone number; 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. All offers should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Anita Tolliver, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Submission must be received by 3:00 p.m. local time on December 17, 2001. Faxed offers will not be accepted.
 
Place of Performance
Address: National Institute of Standards and Technology, Shipping and Receiving, 100 Bureau Drive, Building 301, Receiving Dock, Gaithersburg, MD
Zip Code: 20899-0001
Country: USA
 
Record
SN20011206/00001183-011207190733 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.