Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOLICITATION NOTICE

66 -- High-Resolution, PC-Controlled Electrochemical Workstation

Notice Date
3/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
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-0138
 
Response Due
4/12/2007
 
Archive Date
4/27/2007
 
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) 2005-16. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 423490 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for a High-Resolution, PC-Controlled Electrochemical Workstation to be used in the Metallurgy Division at NIST, Gaithersburg, MD. *** The Contractor shall provide a quote for the following line item(s): Line Item 0001: High-Resolution, PC-Controlled Electrochemical Workstation The system shall meet or exceed the following technical requirements: Hardware Requirements: Combined Potentiostat/Galvanostat with four, three or two electrode control. Maximum output current: At least plus/minus 1 A Maximum compliance voltage: At least plus/minus 30 V Applied Potential range: At least plus/minus 10 V Applied potential accuracy: At least plus/minus 0.2 percent of setting, max. value of plus/minus 2 mV Applied potential resolution: At least 150 uV (150 x 10-6 V) Potential scan rates: At least 1 uV/s to 10 kV/s., including a true analog signal sweep generator Minimum time base: 2 micon S (500 kHz) Measured potential resolution:At least 300 or 30 uV Current ranges: At least 10 nA to 1 A in 9 ranges Current accuracy: At least plus/minus 0.2 percent of current range Applied current resolution: At least 0.03 percent of current range Measured current resolution: At least 0.0003 percent of current range Potentiostat bandwidth: At least 1 MHz Potentiostat risetime (1 V step, 10?90 percent):Less than 250 ns Input impedance of electrometer: At least 1 TOhm // 8 pF A/D and D/A converters: At least 16-bit, with gains of 1, 10 and 100 iR-compensation: By current interrupt, positive feedback Current integration:Required option Cell control: Potential/Current control at all times (no unsolicited cell-off commands) Frequency Response Analyzer: Both potentiostatic and galvanostatic operation Frequency Range: At least 1 MHz to 10 uHz Frequency mode: sine wave Frequency resolution: At least 0.003 percent Applied amplitude: At least 0.2 mV to 350 mV (1 mV to 1 V rms) in steps of 0.1 mV for potentiostatic operation Data Acquisition and Analysis: USB interface connection with microprocessor control Complete software for dc and ac implementation of standard electroanalytical measurements, such as (but not limited to) linear sweep voltammetry, normal and differential pulse voltammetry, square wave voltammetry, chronoamperometry, chronocoulometry, chronopotentiometry, potentiometric stripping. Options for user defined steps and sweeps analyses, and performing measurements with respect to the open circuit potential. Complete software for controlling and analyzing impedance measurements, including but not limited to frequency scans with a linear, logarithmic, or square route distribution, equivalent circuit and related simulation software. Capability for recording multiple (ancillary) external analog input signals. Data evaluation methods, including but not limited to smoothing, automatic fits and simulations, integrations, etc. Project managements to include linked analysis with automatic data collection and storage. Software allows for easy data export to other software packages. Acceptance testing of the entire system will be performed at NIST by NIST personnel. Minimum performance criteria of resolution and efficiency will be verified under laboratory conditions. *** 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) 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. Stronger consideration will be given to the Contractor whose quote offers Bi-potentiostat feature. ****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 shall be evaluated to determine the extent of the Contractor's experience of at least five (5) years in and knowledge in providing similar high-resolution, PC-controlled electrochemical workstations. Evaluation of past performance may be based on contracts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***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: 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; (23) 52.225-3, Buy American Act ? NAFTA w/ Alternate I; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (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 3:30:00 PM local time, on April 12, 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
SN01260819-W 20070330/070328220347 (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.