Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

66 -- Trace Walk-Through Detection Portal

Notice Date
5/1/2007
 
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-0168
 
Response Due
5/16/2007
 
Archive Date
5/31/2007
 
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 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 under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for a Trace Walk-Through Detection Portal to be used in the Surface and Microanalysis Science Division at NIST, Gaithersburg, MD. *** All interested Offerors shall provide a quote for the following line item(s): Line Item 0001: One (1) Each, Trace Walk-Through Detection Portal Minimum Specifications for ?Trace Walk-Through Detection Portal? General Requirements 1. The system must be a walk through portal system designed to sample and chemically analyze a number of explosives compounds. 2. The system must use an air jet system to dislodge particulates of explosives from a human subject. 3. Chemical detection must be based on mass spectrometry. 4. The system must be capable of detecting common explosive threats. Specific Requirements 1. The following analytes must be detectable: pentaerythritol-tetranitrate (PETN), trinitrotoluene (TNT), nitroglycerin (NG), cyclotrimethylene-trinitramine (RDX), cyclotetrmethylene-pentaerythritol (HMX) and ethylene glycol dinitrate (EGDN). 2. Analysis time shall be less than or equal to 20 seconds per sample. 3. Documentation must be provided regarding system sensitivity (limits of detection as defined below) to the analytes named above. 4. The system must be operable through MSWindows-compatible software to display, analyze, and record data. Installation and Training: The Contractor shall provide installation for the Trace Walk-Through Detection Portal. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the portal, demonstration of all required specifications, and removal of trash. On-site installation and demonstration shall be done at NIST, Gaithersburg, MD. The contractor shall schedule and facilitate a one (1) eight hour session, or more if needed, 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. Quotation must include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation, and a one-year warranty. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. *** Inspection and Acceptance Criteria Visual-Physical check at NIST laboratory by NIST for adherence to design specifications ? Detection device is based on atmospheric pressure mass spectrometry. ? The system is operable through MSWindows-compatible software to display, analyze, and record data. Performance check at NIST laboratory by NIST for adherence to performance specifications ? Using standard materials supplied by NIST, the system must detect the required analytes (deposited as solutions onto the primary collection grid). The system must demonstrate lower limits of detection (3 sigma) using NIST provided analytes placed on the first collector grid or screen that are equal to or are lower than the following: RDX, 20 ng; TNT, 35 ng; and PETN, 380 ng. The system must accurately identify each compound correctly. ? The instrument will demonstrate the required 20 second throughput requirement 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 sufficiently above background variations to give statistical confidence that the signal is real. The LOD is normally defined as the amount of substance that generates an average signal three times higher than the standard deviation (sigma) of the background signal LOD = 3 ? sigma ****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 delivery within ninety (90) days or less after receipt of order. Additional capabilities are not a requirement, but will add competitive value to the proposal. ****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 analyzers. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. The supplier must have a proven record of reliability and experience in mass spectrometric technology. To allow assessment, each proposal must include appropriate documentation. ***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 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns; (5) 52.219-6, Notice of Total Small Business Set-Aside (7) 52.219-8, Utilization of Small Business Concerns; (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 (Dec 2004) (E.O. 13201); (25) 52.225-5, Trade Agreements (Apr 2006); (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at http://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. ***There shall be detailed written documentation outlining the operation and maintenance of the entire system, the spectrometer operation and associated software. A trouble shooting written document for the entire system, including the mass spectrometer and the software must be provided. ***All quotes shall be received not later than 3:30:00 PM local time, on May 16, 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
SN01284620-W 20070503/070501220246 (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.