Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOLICITATION NOTICE

66 -- TRACE EXPLOSIVE & NARCOTIC BIOSENSOR

Notice Date
2/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and 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
SB1341-06-Q-0222
 
Response Due
3/7/2006
 
Archive Date
3/22/2006
 
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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. 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 Federal Acquisition Circular (FAC) 2005-08. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334511 with a small business size standard of 750 employees. However, this procurement is unrestricted and any interested contractors may submit a quote. ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, Trace Explosive & Narcotic Biosensor to be used in the Surface and Microanalysis Science Division at NIST, Gaithersburg, MD. ***Background The mission of NIST, as mandated by Congress, is to develop and promote measurements, standards, and technology to enhance productivity, facilitate trade, and improve the quality of life. Reliable standards are needed to test the performance and effectiveness of trace explosive and narcotic detectors, which protect the general public and infrastructure of the U.S. Currently, NIST has an active program in trace detection metrology using state-of-the-art microanalytical instrumentation and innovative technology for trace explosives and narcotics detection. This program is designed to meet the measurement quality needs of organizations and agencies that use such detectors. A critical requirement for NIST is to conduct research on the performance capabilities of emerging trace detection systems being deployed that can rapidly scan people and other items passing through security screening checkpoints for the presence of trace explosives or narcotics. As part of the NIST research program, new standard reference materials and procedures for calibration and evaluation of detector systems are being developed. For this purpose, NIST has several trace explosive/narcotics detectors that represent current technology. A new technology is emerging that utilizes biomimetic antibody-analyte responses to detect a wide variety of trace explosives and drugs simultaneously in one system. NIST requires a representative system to measure performance criteria and consider the standards needs of such biosensors.*** ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 - The Contractor shall furnish one (1) each, Trace Explosive & Narcotic Biosensor. ***The device shall meet or exceed the following technical specifications: 1. The instrumental detection system(s) must be based on a biomimetic antibody-analyte response design. 2. The system must be capable of simultaneous detection of nanogram-sized quantities of explosives and narcotics within the analysis time specified below. 3. The following analytes must be detectable: cyclotrimethylene-trinitramine (RDX), pentaerythritol-tetranitrate (PETN), trinitrotoluene (TNT), nitroglycerin (NG), cocaine, morphine, heroine, and amphetamine. 4. Analysis time must be less than 20 seconds per sample. 5. Documentation must be provided regarding system sensitivity (limits of detection(see Note 1)) to the analytes named above. This documentation may be either in commercial specification sheets or test reports. The purpose is to establish the sensitivity limits that will be used during acceptance tests (described below). 6. The system must be operable through MS Windows-compatible software to display, analyze, and record data. *** Installation/Training/Warranty 1. The contractor shall schedule and facilitate installation/set-up and one (1) training session for five (5) technicians at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and demonstration of performance specifications (as described below), but shall be completed no later than 30 days after delivery. 2. Quotation must include unlimited telephone support for questions regarding operation, and a one-year warranty. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period.*** *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications as follows: Using standard materials supplied by NIST, the system will be required to detect any of the required analytes (deposited as solutions onto the primary collection grid) at twice the LOD or LOD90 as specified by the supplier. This level for each analyte will be the ?detector challenge? (DC)(see Note 2) The tests will be performed as soon as the instrument is ready, as determined by the contractor, and will be witnessed by the contractor. The instrument must accurately identify each analyte. Upon any failure, the test for that analyte will be repeated five times. Accurate detection must occur in at least four (4) of those five analyses. The instrument must demonstrate the required 20 sec throughput requirement during all normal analyses.*** **Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***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 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. ***Award will be made on a best-value basis. Strongest consideration shall be given to the Offerors whose quote exceeds technical specification 3 and/or whose quote provides delivery no later than 90 days after receipt of order. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable Trace Explosive and Narcotic Biosensors for the types of applications described herein. Information on past experience may be obtained from references. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.225-4 Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate and Alternate II ***Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** ***The following clauses apply to this acquisition: 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns (7) 52.219-8, Utilization of Small Business Concerns; (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 (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (24)(i) 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act (26) 52.225-13, Restrictions on Certain Foreign Purchases (27) 52.225-15, Sanctioned European Union Country End Products (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 clauses may be viewed at www.acqnet.gov. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30 PM local time, on March 7, 2006 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Todd Hill. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes 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, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested 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 visitor center and complete delivery. Notice shall 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. Faxed quotes will NOT be accepted. *** Note 1 -- The limit of detection (LOD) is commonly accepted as the smallest amount of a particular substance that can be reliably detected in a given type of medium by a specific measurement process. The analytical signal from this amount must be high enough above background variations to give statistical confidence that the signal is real, so the LOD is normally defined as the amount of substance that generates an average signal three times higher than the standard deviation of the background signal. In IMS, background variations are very much smaller than the measurement repeatability (standard deviations) of reference samples, so samples at strictly defined LODs would exhibit a false negative rate of about 50 percent (assuming that the alarm thresholds were set at the LODs). To define an LOD where a positive alarm would be expected reliably (over 90 percent of the time), we must factor in the measurement variability. We define this value (LOD90) as the amount of substance that generates a mean signal three times greater than the standard deviation (s) of the individual measurements. The conversion from measurement units (a.u.) to amount of substance (mass) is via the slope of the sensitivity curve (S). We also assume that the mass of analyte in the blank is zero. LOD90 = 3 ? s ? S, where S = delta (mass)/delta (a.u.) Note 2 -- The Detector Challenge (DC), where the false negative rate should be negligible, is arbitrarily defined as the amount of substance that should generate a signal twice the LOD90, so that, DC = 2 LOD90
 
Place of Performance
Address: 100 Bureau Drive, Building 301, Shipping and Receiving, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: USA
 
Record
SN00990441-W 20060219/060217211902 (fbodaily.com)
 
Source
FedBizOpps 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.