Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2004 FBO #0963
MODIFICATION

66 -- Purchase of Tensile/Compression System

Notice Date
7/14/2004
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
RFQ-SB1341-04-Q-0680
 
Response Due
8/9/2004
 
Archive Date
8/24/2004
 
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
THE DUE DATE AND TIME FOR OFFERS IS HEREBY EXTENDED TO MONDAY, AUGUST 9, 2004; NLT 12:00:00 PM; E.T. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGE. 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 solicitation is being conducted on an unrestricted competitive basis. This solicitation seeks quotes for NEW equipment only; the Government will not consider quotes for refurbished equipment. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is being competed on an unrestricted basis (i.e., no set asides apply). The solicitation number is SB1341-04-Q-0680; 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 01-24. 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. MINIMUM REQUIREMENTS FOR THE SYSTEM BEING PROCURED: The system must include a stage for the tensile and compression testing of samples within a scanning electron microscope (SEM). NIST will install (or Contractor may install if Contractor will not permit NIST to install) such a stage into an existing JEOL JSM6400 SEM equipped with an HKL Inc. electron backscattered diffraction (EBSD) camera system. The SEM host is located in Building 223, Room B131. The JEOL JSM6400 SEM system was delivered in August, 1991 (the HKL EBSD system was purchased in October, 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, Tensile/Compression System for SEM EBSP; Quantity: 1; Unit of Measure, Each. The system offered for CLIN 0001 must meet or exceed the following minimum requirements: (1) Be compatible with the NIST equipment JEOL JSM6400 scanning electron microscope stage, and be compatible with an HKL Inc. electron backscatter diffraction camera system. (2) Provide high-vacuum compatible control feedthroughs (vacuum of 1E-4 Pa or better), and provide flanges and accessories for the SEM vacuum chamber. (3) Have a motorized stage for directional control (tension and compression). (4) Be remotely controlled via a Microsoft Windows 2000 based PC (NTFS) to provide: access to motorized stage controls, strain rates as low as 1 micrometer/minute, programmable testing of specimens IAW ASTM standards, capabilities for cyclic and fatigue testing, a control interface that attaches directly to the stage to allow testing outside of the microscope environment. (5) Have tiltable specimen grips so as to be compatible with electron backscatter diffraction studies. (6) Have tiltable heating elements capable of heating the specimen to temperatures of 1200 C (i.e., simultaneous EBSD and specimen heating). (7) Attain a maximum load of 1000 pounds force. (8) Have linear drives with translation variation less than 0.5 mm between grips and drive rails. (9) Have interchangeable load cells to provide a range of maximum loading. (10) The system shall include a minimum of three load cells with loading on the order of 1000 lb, 500 lb, and 100 lb force, respectively. These specified values are not absolute weight requirements, but are guidelines for what would be considered appropriate capacities for load cells. (11) Have interchangeable fixtures to provide for 3-point and 4-point bending (in compression). (12) The system shall be able to mechanically test specimens within the SEM while simultaneously acquiring EBSD patterns. (13) The system shall have linearity of travel. ACCEPTANCE TESTING REQUIREMENTS FOR CLIN 0001: The Contractor must perform acceptance testing after the system is delivered to NIST. This acceptance testing shall occur within seven (7) days after the system is received by NIST Shipping and Receiving. This acceptance testing must be performed 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 the system ONLY IF ALL ACCEPTANCE CRITERIA SPECIFIED BELOW ARE MET, and the system is demonstrated to be fully operational and operate as intended by the manufacturer. The COTR will measure the variation of motion (from side-to-side, and top-to-bottom) between the grips and stage rails throughout the maximum travel. The variation shall be less than 0.5 mm side-to-side and/or top-to-bottom. The load cell drift will measured by applying 80% of maximum load, continuously reading the output from the stage. After 5 minutes of load time, the measured load output shall have a drift variation of no more than 5% of the applied load. The provision at FAR 52.212-1, Instructions to Offerors—Commercial items, applies to this solicitation. 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: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3 ALTERNATE I; 52.225-13; 52.225-15; 52.232-33. The following additional clause applies to this solicitation: 52.204-7. INSTRUCTIONS FOR RESPONDING TO THIS SOLICITATION: OFFERS WILL BE CONSIDERED FROM MANUFACTURERS OR THEIR AUTHORIZED RESELLERS ONLY. (1) The offer must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer. This provision, as well as all other FAR clauses, are accessible on the Internet at: http://www.acqnet.gov/far under “Current FAR” in either .html format or .pdf format. (2) The offer must include detailed specifications, drawings, and other relevant technical information for the offered system. The specifications must show/specify the tensile/compression stage within the JSM6400 specimen chamber. Drawings shall show positions/locations of SEM port holes, objective lens pole piece, detectors, and other chamber components. The specifications/drawings shall specify the exact mechanism of specimen tilt, and the tilt range. The specifications/drawings shall provide detailed technical drawings showing position and extent of the stage and grips in relation to the SEM backscatter electron detector port. The specifications shall state whether water cooling is necessary, and provide description of required services. The specifications shall provide detailed descriptions and specify sensitivity of load cells being offered. (3) The Offeror must provide at least three (3), but preferably five (5), past performance references for SIMILAR contracts/orders completed within the past 3 years (or which are currently being completed), to include the name of the customer organization, a named point of contact in that organization that is familiar with the contract/order from a technical or contractual standpoint, their phone number, their email address, and their fax number; (4) Offeror must indicate both duration of warranty AND nature of warranty offered for Item Number 0001 (the Government requires that the standard commercial warranty be offered for items being quoted for this solicitation; extended warranty may offered, and, if offered, it must be priced separately in the quotation); (5) DETAILED INFORMATION REGARDING HOW WARRANTY SERVICE WOULD BE PROVIDED, IF NECESSARY, BY THE CONTRACTOR AFTER AWARD, INCLUDING, AT A MINIMUM, RESPONSES TO THE FOLLOWING (A) THROUGH (D): (a) whether the item would have to be shipped by NIST to the Contractor or whether the Contractor would perform on-site (at NIST) warranty service; (b) If the item would have to be shipped to the contractor, the location(s) (city, state, country, etc.) to where it would have to be shipped for warranty service; (c) If the item would have to be shipped to the Contractor, who would pay for the shipping costs (NIST or the Contractor); and (d) Current availability and location(s) of spare/replacement parts for Item Number 0001; (6) Indication of maximum number of days, after receipt of order, that Item Number 0001 would be delivered to the NIST shipping and receiving dock; (7) List of what items and/or services that NIST would have to provide the Contractor during installation for the Contractor to complete the installation of CLIN 0001 (applies ONLY if the Offeror would not allow NIST to install the item in NIST’s lab); and (8) List of assumptions made, if applicable, by the Offeror in submitting the quote that relate to Contractor performance after award. EVALUATION FACTORS FOR AWARD Award will be made using Simplified Acquisition Procedures under FAR Subpart 13.5, Test Program for Certain Commercial Items. The provision at FAR 52.212-2, Evaluation—Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: (1) Technical acceptability of item offered, in terms of whether it meets or exceeds the minimum specifications for this solicitation; (2) Availability of spare/replacement parts; (3) Ease of obtaining timely warranty service for Item Number 0001; (4) past performance information for the Offeror, and (5) evaluated price. Non-price evaluation factors are equally important, and non-price evaluation factors, collectively, are significantly more important than evaluated price. QUESTIONS REGARDING THIS SOLICITATION MUST BE SENT BY EMAIL ONLY TO MYRSONIA.PALENCIA@NIST.GOV. Any amendments to this solicitation will be posted at www.fedbizopps.gov only and will not be released by other means to potential Offerors. NOTE: PAYMENT FOR CLIN 0001 WILL ONLY BE MADE AFTER THE GOVERNMENT RECEIVES THE ENTIRE SYSTEM AND THEREAFTER ACCEPTS IT PURSUANT TO THE ACCEPTANCE TESTING REQUIREMENTS. THE CONTRACTOR MAY THEN SUBMIT A PROPER INVOICE FOR PAYMENT OF THE ITEM TO THE NIST ACCOUNTS PAYABLE OFFICE. (ADVANCE PAYMENTS WILL NOT BE MADE TO THE CONTRACTOR BEFORE NIST ACCEPTS THE EQUIPMENT.) OFFERS (EXCLUDING PRICING, WHICH MUST BE SUBMITTED ONLY VIA WWW.FEDBID.COM) MUST BE SUBMITTED BY EMAIL ONLY IN .doc, .xls AND/OR .pdf FORMAT(S) TO MYRSONIA.PALENCIA@NIST.GOV NO LATER THAN JULY 9, 2004 NO LATER THAN 12:00:00PM EASTERN TIME. OFFER MUST BE RECEIVED AT THAT EMAIL ADDRESS NO LATER THAN 12:00 PM EASTERN TIME ON THAT DAY. 1352.252-71 SERVICE OF PROTEST (MARCH 2000). An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296/htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protect Decision Authority). Agency protest filed with the Contracting Officer shall be sent to the following address: ATTN ALBA SANCHEZ, CONTRACTING OFFICER, NIST, 100 BUREAU DR, MAIL STOP 3571, BLDG 301 ROOM B129, GAITHERSBURG, MD 20899-3571, FAX (301) 975-8884. If protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. DEPARTMENT OF COMMERCE, OFFICE OF THE GENERAL COUNSEL, CONTRACT LAW DIVISION—ROOM 5893, HERBERT C. HOOVER BUILDING, 14TH STREET AND CONSTITUTION AVENUE, N.W., WASHINGTON, D.C. 20230, ATTN: MARK LANGSTEIN, ESQ., FAX: (202) 482-5858. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JUL-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/RFQ-SB1341-04-Q-0680/listing.html)
 
Record
SN00621249-F 20040716/040714213640 (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.