Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

66 -- High-Resolution X-Ray Micro Computed Tomography Imaging System (Micro-CT).

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
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
Reference-Number-05-854-0567
 
Response Due
6/9/2005
 
Archive Date
6/24/2005
 
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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5, TEST PROGRAM FOR CERTAIN 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). This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This is a small business set-aside. 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 one (1) High-Resolution X-Ray Micro Computed Tomography Imaging System (Micro-CT) that will provide all components necessary to obtain and analyze 3D images of polymeric tissue scaffolds. The system shall include finite element analysis capabilities. The contract line items for this request for quotation are as follows: LINE ITEM 0001: Quantity one (1) each High-Resolution X-Ray Micro Computed Tomography Imaging System (Micro-CT) that meets or exceeds these specifications: Micro-CT Instrument - Must be capable of utilizing X-rays of energies in the range (40 to 60) kV. - Must be capable of yielding image with 6 micron spatial resolution. - Must be capable of imaging samples of size up to 3 cm on a side. Computer Hardware - Must consist of dual processor system operating at a clock speed of at least 1GHz. - Must have at a minimum 4 GB RAM. - Must have a backup system. Computer Software - Must include 3D rendering, animation, and transparency capabilities. - Must include 2D and 3D morphometric analysis, including porosity, anisotropy, and connectivity assessment capabilities. - Must include finite element analysis capabilities. LINE ITEM 0002: Contractor Installation and Acceptance Testing at NIST for CLIN 0001 Within fourteen (14) days after the system is received by the NIST shipping and receiving dock, the Contractor shall install the system at its intended location at NIST, Building 224, Room B109, and then demonstrate, in the presence of the COTR, correct operation of all functions of the micro-CT system per the specifications listed in this RFQ and the acceptance criteria noted below. The exact date and time for installation and testing will be determined by mutual agreement between the COTR and the Contractor. The Contractor will not be required to re-deliver the system from the NIST shipping and receiving dock to its intended installation location; NIST will perform that re-delivery. ACCEPTANCE FOR THE DELIVERED SYSTEM SHALL NOT OCCUR UNLESS ALL MINIMUM SPECIFICATIONS AND ALL ACCEPTANCE TESTING CRITERIA AS LISTED BELOW FOR ARE MET. At a minimum, functions for which Contractor acceptance testing is required include the proper function of safety circuits, power supply operation, and calibration of specimen image features, and image reconstruction, and alignment tools and the operation of the detectors, as described below. The Contractor shall be required to perform a scan of a polymer scaffold fantom with at least three calibrated X-ray source energies in the range 25 - 100 kV. The Contractor shall be required to demonstrate spatial resolution of image acquisition and reconstruction by imaging phantoms containing NIST SRMs 1692, 1960, and 1961 - polystyrene beads of 3.0, 10.0, and 30.0 microns diameter (respectively). The Contractor shall be required to demonstrate the functionality of the database archive and backup system. The Contractor may provide additional demonstrations that demonstrate additional capabilities of the system. DELIVERY SHALL BE FOB DESTINATION and shall be completed not later than five (5) months from date of acceptance of order. The Contractor shall pack and mark the shipment in conformance with their standard commercial procedures. The Contractor will be required to deliver the system to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. The following provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items; Clauses: 52.204-7, Central Contractor Registration; 52.212-4, Contract Terms and Conditions?Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer? Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. Offerors shall read FAR 52.212-1 and submit quotes in accordance with paragraph (b) of that provision. Each quote shall include items (1) through (11) of FAR 52.212-1(b), to include past performance information noted in (10). PRICING MUST BE INCLUDED AS A SEPARATE DOCUMENT FROM ALL OTHER DOCUMENTS. The offeror shall submit two quotes to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Lisa Wells, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640 so that they are received by the response date for this RFQ. No payments will be made for the system before the COTR indicates written acceptance of the system after acceptance testing. NIST intends to award a purchase order to the offeror whose quote represents the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotes based on the following evaluation criteria: (1) The extent to which the offered solution meets or exceeds minimum RFQ specifications, (2) Past Performance Information, and (3) Evaluated Price. (1) and (2), when combined, are significantly more important than (3). Past Performance information will be evaluated to determine the overall quality of the products and services provided by the offeror. Evaluation of past performance information may be based on information obtained from the references provided by the offeror and/or information obtained from other sources. SECURITY REQUIREMENTS Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of proposals. If quotes are hand delivered, delivery must be made through Gate A, and a 48 hour (excluding weekends and holidays) prior notice should be made to the Contract Specialist at 301-975-8171. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. NIST IS NOT RESPONSIBLE FOR LATE DELIVERY DUE TO THE ADDED SECURITY MEASURES. In addition, offerors who do not provide a 48-hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver offers on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, building, room number, etc.) If 48 hour notification was not provided, it is suggested that your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitors center and complete delivery. Quotes must be received by 3:00:00 p.m. Eastern time on June 9, 2005. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00814261-W 20050526/050524211718 (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.