Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
SOLICITATION NOTICE

66 -- SCANNING ELECTRON MICROSCOPE (SEM)

Notice Date
3/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC06149224Q
 
Response Due
3/21/2006
 
Archive Date
3/14/2007
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. This notice is being issued as a Request For Quotation (RFQ) for a Scanning Electron Microscope (SEM). The MINIMUM specfications for the SEM are as follows: -The SEM shall have Variable Pressure operation consisting of both: High vacuum Low vacuum: 10 - 270 Pascals -The SEM shall have a Vacuum system consisting of a diffusion pump and associated roughing pumps. -The SEM shall have a Closed-loop water recirculator for the diffusion pump. -The SEM shall have the following Resolution: 5 nm at 30kV (high vacuum mode, secondary electron) -The SEM shall have the following Magnification range: 5X to 300,000X -The SEM shall have the following Accelerating voltage range: 0.5 kV to 30kV -The SEM shall have a Manually operated specimen stage consisting of: X: 0 - 20 mm (minimum) Y: 0 - 10 mm (minimum) Z: 5 - 35 mm (minimum) Rotation: 360 degrees Tilt: 0 ? 90 degrees -The SEM shall have Secondary electron and Backscatter detectors. -The SEM shall have an Energy dispersive X-ray fluorescence (ED-XRF) microanalysis system with: element spectrum autopeak ID elemental maps linescan -The SEM shall have a Windows XP operating system for PCs. -The SEM shall have a Color printer for ED-XRF to print digital images. -The SEM shall have a Dual image operation for SEM/ED-XRF consisting of the following: One LCD flat panel monitor (19? minimum) for SEM One LCD flat panel monitor (19? minimum) for ED-XRF SEM Software for single keyboard/single mouse operation integrating SEM & ED-XRF -The SEM shall have an Infrared chamber view camera. - The SEM shall have a Spare Wehnelt cap. - Vendor shall provide 1 copy of SEM and ED-XRF Instruction manuals. -Vendor shall provide 1 year warranty on all parts and labor. - Delivery shall be 4 months after receipt of order. - Vendor shall provide on-site training, which shall take place at NASA GRC in all aspects of system operation (hardware/software familiarization of both SEM and ED-XRF units.) Training shall commence not later than 1 week after delivery of SEM to NASA GRC. Solicitation Instructions The provisions and clauses in the RFQ are those in effect through FAC 05-08. The NAIC code is 334516 and the small business size standard for this procurement is 500 employees. All qualified responsible sources may submit a quotation which shall be considered by the agency. Delivery to NASA GRC is required within 4 months After Receipt of Order (ARO). Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Offerors shall provide the information required by FAR 52.212-1(JAN 2006), Instructions to Offerors-Commercial Items which is incorproted by reference. Offers for the items described above are due by March 21,2006, 4:30 P.M. GRC local time and may be mailed to NASA Glenn Research, 21000 Brookpark Road, Michael Kinkelaar, M/S 500-306, Cleveland, Ohio 44135, and include solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number (if you use Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) state that in quotation. If not, Offerors must include 1 completed copy of the provision at 52.212-3 Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. Also to be included in offer: identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for the item may also be included. (Note, the Contracting Officer may request this information if only 1 source provides a quotation). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial items form attached to this solicitation (Ensure that the "track changes" feature is turned off when word processing this form.) Fill in Block 17a including CAGE and DUNS codes. Faxed offers are not acceptable. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offeror- Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act--Supplies," the offeror shall so state and shall list the country of origin. Note the price proposed shall include all import duties or fees. This is a request for quote (RFQ) for a commercial item subject to the terms and conditions of FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006), 52.212-4, Contract Terms and Conditions-Commercial Items (SEPT 2005) incorporated by reference, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders - Commercial Items attached to this RFQ, and any additional terms and conditions including Center specific requirements included as addenda to 52.212-4. TERMS AND CONDITIONS OF ORDER Open Market Item: This order is for a commercial item subject to the terms and conditions of FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (SEPT 2005), incorporated by reference; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders, attached to this order; and any additional terms and conditions checked below or included as a Center specific requirements as addenda to 52.212-4. 52.212-4 addenda: 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://procurement.nasa.gov/far/ . A. FEDERAL ACQUISITION REGULATION (48CFR CHAPTER 1) CLAUSES 52.204-7 Central Contractor Registration (OCT 2003) 52.209-6 Protecting the Governments interest when subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2005) 52.247-34 F.O.B. Destination (NOV 1991) B. NASA FEDERAL ACQUISITION REGULATION SUPPLEMENT (48CFR CHAPTER 18) CLAUSES 1852.215-84 Ombudsman (OCT 2003) (In paragraph b, insert ?see http://ec.msfc.nasa.gov/hq/library/Omb.html for the name, address, telephone number, facsimile number, and e-mail address of installation ombudsman?) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (52.212-5)(FEB 2006) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (AUG 1996)(31 U.S.C 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sept 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d). 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). (ii)Alternate I (Jan 2004) of 52.225-3. (iii) Alternate II (Jan 2004) of 52.225-3. 52.225-5, Trade Agreements (Jan 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing via e-mail Michael Kinkelaar not later than 3 days after the RFQ posting date. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail of their ability to meet the minimum requirements to allow evaluation of their offer. (SEE FAR 52.212-1(b)). An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#119384)
 
Record
SN01006136-W 20060316/060314212712 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.