Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2006 FBO #1847
SOLICITATION NOTICE

66 -- Trace Explosive and Narcotics Detector

Notice Date
12/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0027
 
Response Due
1/2/2007
 
Archive Date
1/17/2007
 
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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-14.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Trace Explosive and Narcotics Detector, which shall include training and installation. 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 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 ion mobility spectrometers 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 to rapidly scan people and other items passing through security screening checkpoints for the presence of explosives or narcotics. Trace detection systems rely on the removal, collection and preconcentration of particles that are collected from a surface by swipe sampling. The swipe is inserted into the detector where the sample residues are thermally desorbed for detection by ion mobility spectrometry (IMS). 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 gas chromatography and IMS detection in one system. This allows an improved separation of analytes before detection, enhancing selectivity and decreasing the rate of false positives in field use. ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Trace Explosive and Narcotics Detector, which shall meet or exceed the following required specifications: General Requirements: (1) The system must utilize gas chromatography (GC) to separate the analytes; (2) The detection system must be based on ion mobility spectrometry (IMS) or differential ion mobility spectrometry (DMS); (3) The system must be capable of simultaneous detection of both positive and negative ions which allows for detection of both explosives and narcotics listed below within the analysis time specified below. Specific Requirements: (1) The following analytes must be detectable: cyclotrimethylene-trinitramine (RDX), pentaerythritol-tetranitrate (PETN), trinitrotoluene (TNT), dinitrodimethylbutane (DNMB), nitroglycerin (NG), triacetonetriperoxide (TATP), cocaine, heroin, and methamphetamine. Additional capabilities are not a requirement, but will add competitive value to the proposal; (2) Sampling and analysis time must be less than 20 seconds per sample; (3) 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); (4) The system must be operable through MS Windows-compatible software to display, analyze, and record data. Line Item 0002: Installation and Training: The Contractor shall provide installation for the Trace Explosive and Narcotics Detector. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the detector, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. The contractor shall schedule and facilitate one (1) eight hour 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 and demonstration of performance specifications, but no later than 30 days after installation. Inspection and Acceptance Criteria: Visual-Physical check at NIST laboratory for adherence to design specifications: (1) Detection device is based on GC - ion mobility spectrometry; (2) The system is operable through MS Windows-compatible software to display, analyze, and record data. Performance check at NIST laboratory for adherence to performance specifications: (1) 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 below) The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may 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. (2) The instrument must demonstrate the required 20 sec throughput requirement during all normal analyses. ***The Contractor shall provide a minimum of a One (1) Year Warranty for the instrumentation. The warranty must cover non-consumable parts and travel/labor for on-site repairs under the warranty period. Unlimited telephone/technical support shall be included for questions regarding operation.*** ***Delivery shall be completed not later than 90 days after receipt of an order and shall be FOB Destination. 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 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Installation shall be completed not later than 2 weeks after receipt of system. Any installation charges shall be included with quotation for product. Installation and training must be scheduled in advance.*** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance, past experience, and price shall be considered. 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, shall be more important than price. If Technical Capability, Past Performance, and Past Experience are equivalent, price shall be the determining factor.*** Technical Evaluation: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. 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: Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable Trace Explosive and Narcotic Detectors for the types of applications described herein. Information on past experience may be obtained from references. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must 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: 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: (13) 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; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37 Employment Reports on Special Disabled Veterans; (24) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, ALTERNATE II; (26) 52.225-13 Restriction on Certain Foreign Purchases 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 (1) copy of a quotation which addresses Line Items 0001 and 0002; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s), 5) A list of the three references that includes the contacts name, phone number and/or e-mail address, and 6) A description of the quoters past experience. ***All quotes shall be received not later than 3:30 PM local time, on January 02, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. 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 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. 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. E-mailed quotes are acceptable. 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 DL90, so that, DC = 2 LOD90
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01197324-W 20061217/061215220252 (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.