Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
SOLICITATION NOTICE

66 -- Scanning Probe Microscope Systems

Notice Date
4/9/2007
 
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-0147
 
Response Due
4/20/2007
 
Archive Date
5/5/2007
 
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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-16. 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 unrestricted and all interested offerors may submit a quote. The National Institute of Standards and Technology (NIST), Biochemical Sciences Division must image living cells and the materials to which they adhere, and determine how materials properties affect cell response and how cells affect the materials. This requires the ability to measure material properties with atomic force microscopy while observing cells using optical microscopies. The optical microscopy modes required include fluorescence, phase contrast and differential interference contrast (DIC) modes. For this reason, the purchase of an atomic force microscope that can be used with optical microscopy is required. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency?s requirement. All interested quoters shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each Bioscope II Life Science Scanning Probe Microscope System with Cell Biology Package, Package Name BIOII-LIFESCIENCE, manufactured by Veeco Instruments or equivalent. The system must consist of the following components, or equivalent, and meet all of the salient characteristics identified herein: BioScope II SPM Control Station; BioScope II Atomic Force Microscope; Closed-loop SPM Scan Head; 850 nm wavelength, low-coherence super luminescent diode; Motorized Precision Stage; Cell Biology Package, Model BIOII-CELLBIOPACK. Salient Characteristics: 1. Lateral scan range in the X-Y axes must be 150 microns at a minimum. Z scan range must be greater than or equal to 15 microns; 2. Must accommodate a condenser with a working distance of 26 mm; 3. Must provide open access to tip and sample to permit introduction of solution into the sample area; 4. Must provide monitoring and control of temperature of the sample stage between ambient temperature to 40 degrees C; 5. Must permit perfusion of samples with fluid and gaseous environmental control, and permit use of a variety of sample configurations, including 60 mm Petri dishes, 35 mm dishes, standard glass slides and 25 mm diameter cover slips; 6. Must have a sampling rate of 50MHz for high speed data capture; 7. Must use infrared (minimum 850 nm), not visible laser light, for aligning the cantilever; 8. Must provide the ability to perform accurate thermal tuning of the cantilever to determine the spring constant by sampling frequencies of up to 2MHz. WARRANTY: The Contractor shall provide, at a minimum, a one year warranty for the equipment. Warranty shall include all parts and labor. Warranty shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel costs shall be included in the warranty. If return to vendor, all shipping charges and all responsibility for the shipments to and from NIST, shall be the responsibility of the Contractor. LINE ITEM 0002: INSTALLATION. The Contractor shall provide installation for the equipment. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications, and removal of all trash. LINE ITEM 0003: TRAINING. (1) The Contractor shall schedule and facilitate a training session for four (4) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. Installation and training must be scheduled, in advance, with NIST personnel. Training may be conducted immediately following completion of installation. Delivery, installation, and training shall be completed in accordance with the Contractor?s commercial schedule, however, all must be completed not later than six (6) months from the date of award. Delivery terms 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 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. Award will be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor: Meeting or Exceeding the Requirement, 2) Past Performance, and Price. Technical Capability, and Past Performance, when combined, are equal in importance to price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the salient characteristics and meets the needs of the Government in the same manner as the brand name. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b)(10) and/or the offeror?s recent and relevant procurement history with NIST or its affiliates. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation. The following provisions apply to this acquisition: 52.211-6 Brand Name or Equal; 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (7) 52.219-8, Utilization of Small Business Concerns; (9) 52.219-14, Limitations on Subcontracting; (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) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; 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 copy of a quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature. Quoters must ensure all specifications are clearly documented; 3) 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; and 4) A description of the commercial warranty. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-3571. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. eastern time on Friday, April 20, 2007. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: Ship to:, NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01269167-W 20070411/070409220152 (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.