Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

66 -- X-Ray Diffractometer

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-05-Q-0997
 
Response Due
9/9/2005
 
Archive Date
9/24/2005
 
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 ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible offerors may submit a quote. The National Institute of Standards and Technology (NIST), has a requirement for (1) each Multipurpose Powder X-ray Diffractometer. All responsible quoters shall provide a quotation for the following line items: LINE ITEM 0001: Multipurpose Theta/theta Powder X-ray Diffractometer meeting all of the following required specifications: (1) The X-ray diffractometer must come with an enclosure which conforms to the USA Radiation Standard for molybdenum radiations. It must have fully interlocked front doors. It must have extra space for additional accessories such as displex, vacuum pump, sample stage, etc.; (2) Must have a solid state 3kW x-ray generator with a typical setting of 60 kV and 60 mA; (3) High power Ceramic Cu X-ray tube. The high power must be specified as 60 kV and 2.2 kW or better. The x-ray tube must work as both line and point positions depending on the configuration; (4) Theta-Theta Ganoimeter: The Ganiometer must support both continuous and step scans. Both theta drives must be independently positioned. Two (2) theta angular range must be 0-170 degrees or better with a variable goniometer radius from 100-230 mm or higher. The ganoimeter must have the following minimum specifications: Accuracy +/-0.0025 degrees; Reproducibility +/- 0.0001 degrees, scan-speed 0.001 to 1.3 degrees per second; and Minimum step size 0.0001 degree; (5) Proportional Detector with a maximum background noise 0.2 cps (count per second) or better; (6) The system should support different configurations for different type of works such as thin-film reflectometry, powder capillary samples, etc. The reconfiguration (such as parallel to focus beam and alignment) should be fast (i.e. within 10-15 min.); (7) The system should be upgradeable for different configurations such as parallel and focus beam optics, spinning capillary sample holder and a real time multiple strip x-ray detector technology for ultrafast real time data collection without loosing resolution or increasing the background; (8) The system must come with a software package for data collection and analysis, and must include technical support for the first year. LINE ITEM 0002: INSTALLATION: The Contractor shall provide installation for the diffractometer at NIST Gaithersburg. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, turn key start-up, demonstration of specifications, and removal of all trash. Installation must be scheduled, in advance, with the NIST Technical Contact, (to be identified upon award.) The Contractor shall provide a description of the warranty provided for the equipment. Delivery shall be FOB DESTINATION. Delivery and installation must be completed in accordance with the Contractor?s commercial schedule. FOB DESTINATION means: 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 loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award shall be made to the lowest priced, technically acceptable quoter. Evaluation of Technical Acceptability shall be based on the information provided in the quotation. Offerors shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and clearly documents that the offered products meet or exceed the specifications stated above. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 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: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (25) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one copy of a quotation which addresses all Line Items; 2) Technical description and/or product literature; and 3) Description of commercial warranty. All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All quoters shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on September 9, 2005. FAX quotations shall not be accepted. E-mail quotes shall be accepted.
 
Place of Performance
Address: Contractor's Site
 
Record
SN00885802-W 20050904/050902211813 (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.