Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2003 FBO #0520
SOLICITATION NOTICE

66 -- Procurement of Upgrade to Hitachi S-4700-2 Cold Field Emission Scanning Electron Microscope.

Notice Date
5/1/2003
 
Notice Type
Solicitation 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
SB1341-03-Q-0417
 
Response Due
5/9/2003
 
Archive Date
5/24/2003
 
Point of Contact
Myrsonia Palencia, Contract Specialist, Phone 301-975-8329, Fax 301-975-8884, - Joseph Widdup, Contract Specialist, Phone (301) 975-6324, Fax (301) 975-8884,
 
E-Mail Address
Myrsonia.Palencia@nist.gov, joseph.widdup@nist.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is SB1341-03-Q-0417; the solicitation is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2001-13. This solicitation is not set aside for small businesses only; it is unrestricted with respect to size status of companies. The North American Industrial Classification System (NAICS) code (see http://www.census.gov/epcd/www/naics.html) for this solicitation is 334516, and the size standard is 500 employees. This solicitation is for a requirement to upgrade (hardware and software) an existing 537-9075 Hitachi Model S-4700-2 Field Emission Scanning Electron Microscope system consisting of multiple hardware and software components. That S-4700-2 system was purchased in July 2000 and is currently installed and operating at the U. S. Department of Commerce, National Institute of Standards and Technology, Gaithersburg, Maryland. The list of contract line item numbers, their descriptions, the related quantity of each, and the unit of measure of each for this solicitation are as follows: CLIN 0001, Part # SA901341, Upgrade of 537-9075 (Hitachi) Model S-4700-2 Field Emission Scanning Electron Microscope (SEM), to include the following SubCLIN's, EACH OF WHICH MUST BE SEPARATELY PRICED and EACH OF WHICH MUST BE QUOTED ON A FIRM-FIXED-PRICE BASIS: SubCLIN 0001AA (Quantity: 1, Unit of Measure: Each): a new Windows-based PC with specifications equal to or exceeding the following minimum specifications: CPU: Pentium 4 2.0GHz (or equivalent from another manufacturer); Operating System: Windows 2000 Professional; Main Memory: 256MB 266MHz; Cache Memory: 512KB; Hard Drive: 50GB; SubCLIN 0001AB (Quantity: 1; Unit of Measure: Each): the latest version of Hitachi SEM software (which will be an upgrade for the existing SEM software); SubCLIN 0001AC (Quantity: 1; Unit of Measure: Each): New Hitachi imposer board; SubCLIN 0001AD (Quantity: 1. Unit of Measure: Lot): Complete set of related accessories (the Contractor's quotation must include an itemized list of what is included in this SubCLIN); SubCLIN 0001AE (Quantity: 1; Unit of Measure: Job): Installation of SubCLIN's 0001AA through 0001AD at NIST Building 223, Room B139 (must include travel costs, meals and incidental expenses related to travel costs). Delivery must be made on an FOB destination basis to: U. S. Department of Commerce, National Institute of Standards and Technology, 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD 20899-0001 no later than 90 days after purchase order award. The Contractor must install all items relating to SubCLIN's 0001AA through 0001AD in Building 223 Room B139 no later than 120 days after purchase order award. The Contractor must also perform an acceptance test no later than 120 days after purchase order award in the presence of the Contracting Officer's Technical Representative (COTR) to verify that all installed items are fully operational and operate as intended by the manufacturer. The COTR will indicate acceptance of SubCLIN's 0001AA through 0001AE after the installation is completed and after the Contractor successfully demonstrates that all items are installed properly, are fully operational and operate as intended by the manufacturer. The provision at FAR 52.212-1, Instructions to Offerors-Commercial items, applies to this solicitation. Each Offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items, applies to this acquisition. The aforementioned FAR provisions cited in FAR 52.212-5 apply to this solicitation: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-1, Buy American Act-Supplies; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, Sanctioned European Union Country Services; 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Offers must be submitted in .rtf, .txt, .doc, .xls and/or .pdf format by email only to Myrsonia.Palencia@nist.gov. The quotation must be RECEIVED at that email address no later than Friday, May 09, 2003 at 12:00pm Eastern Time. The quotation must include the following: (1) a copy of the provision at FAR 52.212-1, with all applicable blanks and blocks (including Taxpayer Identification Number (TIN), Buy American Act Certificate, and Certification Regarding Debarment, Suspension or Ineligibility for Award completed by the Offeror; (2) a copy of commercial literature that describes, in detail, what is being offered for each of the SubCLIN's 0001AA through 0001AD; (3) firm-fixed-price for each of the SubCLIN's 0001AA through 0001AE; (4) detailed description of both duration of warranty and nature of warranty offered for each item included in SubCLIN's 0001AA through 0001AD; (5) schedule for delivery of SubCLIN's 0001AA through 0001AD (stated in terms of number of days after receipt of an order); (6) schedule of installation and acceptance testing (SubCLIN 0001AE) in terms of number of days after delivery; (7) the Offeror's Data Universal Numbering System (DUNS) number for the offeror (if the Offeror does not have a DUNS number, then the Offeror must either (a) obtain a DUNS number from D&B, Inc. (see http://www.dnb.com/US/duns_update/index.html) or (b) authorize NIST to obtain a DUNS number from D&B, Inc. for the Offeror before award may be made to that Offeror); (8) documentation that verifies that the Offeror is authorized by Hitachi to be a reseller and installer of the required items; and (9) a copy of the software license agreement for the SEM software.. Please note that, since is a procurement being conducted by the Federal Government, the following text addendum regarding the software license agreement would be incorporated into any resultant purchase order: "This Addendum incorporates certain terms and conditions relating to federal procurement actions. The terms and conditions of this Addendum take precedence over the terms and conditions contained in any license agreement or other contract documents entered into between the parties. Governing Law: Federal procurement law and regulations, including the Contract Disputes Act, 41 U.S.C. ? 601 et seq., and the Federal Acquisition Regulation (FAR), govern the agreement between the parties. Litigation arising out of this contract may be filed only in those fora having jurisdiction over federal procurement matters. Attorney's Fees: Attorney's fees are payable by the federal government in any action arising under this contract only pursuant to the Equal Access in Justice Act, 5 U.S.C. ? 504. No Indemnification: The federal government will not be liable for any claim for indemnification; such payments may violate the Anti-Deficiency Act, 31 U. S. C. ? 1341(a). Assignment: Payments may only be assigned in accord with the Assignment of Claims Act, 31 U.S.C. ? 3727, and FAR Subpart 32.8, "Assignment of Claims." Invoices: Invoices will be handled in accordance with the Prompt Payment Act, 31 USC ? 3903, and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Payment: The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. ? 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Patent and Copyright Infringement: Patent or copyright infringement suits brought against the United States as a party may only be defended by the U.S. Department of Justice (28 U.S.C. ? 516). Renewal of Support after Expiration of this Award: Service will not automatically renew after expiration of the initial term of this agreement. Renewal may only occur in accord with (1) the mutual agreement of the parties; or (2) an option renewal clause allowing the government to unilaterally exercise one or more options to extend the term of the agreement." FAR provision 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The following factors shall be used to evaluate offers: the extent to which the offered items are technically appropriate for satisfying the technical requirements of this solicitation; performance of the PC offered; delivery schedule; installation schedule; and price. All of the aforementioned FAR provisions and clauses are accessible on the Internet at http://www.arnet.gov/far under Part 52. Offerors will be considered from all responsible sources that are authorized by Hitachi, the original equipment manufacturer of the microscope, to sell and install the items noted in SubCLIN's 0001AA through 0001AD.
 
Place of Performance
Address: Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00315926-W 20030503/030502073612 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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  © 1994-2020, Loren Data Corp.