Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOLICITATION NOTICE

66 -- Light Scattering Instrument for particle characterization of zeta potential and size

Notice Date
3/15/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0127
 
Response Due
3/30/2007
 
Archive Date
4/14/2007
 
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. 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) 2005-15. *** 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 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business manufacturer under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for a Light Scattering Instrument for particle characterization of zeta potential and size to be used in the Polymers Division at NIST, Gaithersburg, MD. *** All interested Offerors shall provide a quote for the following line item: Line Item 0001: The Contractor shall furnish One (1) Each, Light scattering instrument for particle characterization of zeta potential and size. The Contractor shall provide a light scattering instrument for accurate particle characterization of zeta potential and size, for colloidal particles (5 nm to 6000 nm diameter) and macromolecules (molar mass 1000 to 20,000,000) suspended in liquid (particle mass fraction 10-7 to 0.4). The instrument must meet the following specifications: 1) Optical configuration - Laser, 633 nm wavelength with at least 4 mW laser power. - detection by avalanche photodiode aligned to detect backscattered light (scattering angle = 173 degrees). 2) Sample handling - Sample liquid is held in the laser beam path in a cuvette. - The optical configuration should be compatible with two different cuvette volumes: - Cuvette volume, two sizes: 1.) large size 1.5 mL and 2.) miniature 20 microliter. - Cuvette is in temperature-controlled environment (2 C to 70 C in miniature cell and 2 C to 90 C in larger cell - Automatic sample loading using a multipurpose titrator. 3) Multipurpose titrator - Automated measurement of size and zeta potential as a function of pH, salt concentration or concentration of other additive. Multiple measurements can be made at each concentration as specified. Up to 100 concentration points (having either log or linear distribution) can be specified. - For pH or conductivity titrations, the pH and conductivity are measured directly by probes. - Mixtures may be formulated by dispensing up to at least 3 stock solutions to be mixed with the sample, using a total volume as low as 2.5 mL. - Degassing unit (i.e. for removal of dissolved nitrogen, oxygen etc.): Tubing for carrying the fluids is passed through a vacuum chamber. The tubing should be polytetrafluoroethylene that is porous to nitrogen and oxygen, but is not porous to water or toluene. - For use with either size sample cuvette. - Replaceable sample tubing. 4) Particle size - Size determination by quasi-elastic light scattering. 5) Molecular weight - Molar mass determination by static light scattering. - Determine 2nd virial coefficient. 6) Zeta potential - Zeta potential by phase analysis of the Doppler shift of scattered light, where the motion of the particle or macromolecule is electro-phoretic. The applied electric field should oscillate rapidly enough that the solvent is quiescent, and not moving by electro-osmosis. 7) Zeta Potential Standard - Polystyrene latex zeta potential transfer standard with zeta potential between -45 mV and -55 mV and conductivity between 0.23 mS/cm and 0.32 mS/cm. - Reference measurement report of the standard from the Contractor. 8) Instrument accuracy - Accurate measurements of size standards for particle size (5 nm to 6000 nm diameter), molar mass (1000 to 20,000,000 Da), and particle mass fraction (10-7 to 0.4). - Accurate measurements of zeta potential of the standard specified above. 9) Data analysis software - Real-time analysis of data quality, including analysis of trends. - Real-time report of during titration. - Post-processing analysis of data quality. - Correlator settings (simultaneous use of 3 correlators: fast linear correlator, 16 hardware channels, definition of delay time range from 25 ns; slow linear correlator, 4000 channels, definition of delay time range from 1 s; log correlator, 192 channels, definition of delay time range from 250 ns; definition of baseline calculation; definition and selection of channel numbers) - Cummulants analysis (definition of order of fit and weighting scheme; plot of cumulant and fit; residuals) - Distribution analysis (choice of weighting scheme; Mie coated sphere transformation; direct Mie transformation with optional transformation to remove sharp minima in Mie transform; Rayleigh-Gans-Debye transformation; specification of the number of size classes; residuals) - Zeta potential: frequency plot, current and voltage plot; White and Mangelsdorf mobility calculation 10) Computer interface Computer with minimum 2GHz Pentium processor, at least 1 Gb RAM, monitor (minimum 17-inch diagonal), keyboard, mouse, 160Gb hard disk drive, 48x CD-RW drive ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are more important than Price. Award shall be made on a best value basis. ***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. *** ****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. 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: (5)(i) 52.219-6, Notice of Total Small Business Set-Aside; (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; (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; (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 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 3:30:00 PM local time, on March 30, 2007 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: Jennifer Roderick. 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. Emailed quotes will be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01251702-W 20070317/070315220527 (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.