Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
SOLICITATION NOTICE

66 -- Linear Soller Collimators

Notice Date
5/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
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-0212
 
Response Due
6/4/2007
 
Archive Date
6/19/2007
 
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 541330 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 Linear Soller Collimators to be used in the NIST Center for Neutron Research (NCNR) at NIST, Gaithersburg, MD. *** BACKGROUND The NIST Center for Neutron Research is a research facility that utilizes neutrons to study the fundamental properties of materials. Many different types of instruments are used to conduct this research. Different types of optical equipment are used on each instrument to filter/define/optimize or otherwise manipulate the neutron beam for a specific experiments requirement. A new Thermal Triple Axis Spectrometer (TTAS) is currently under development at The NIST Center for Neutron Research (NCNR). The TTAS utilizes a neutron beam to study the fundamental properties of materials. The neutron beam in its basic form is random and chaotic. Optical equipment such as Collimators, help define the beam by aligning the flow of neutrons between a defined number of foils within a given width and height, much like lanes on a highway control the flow of traffic. This instrument contains many collimators of different types, sizes, and material compositions. This acquisition is for two (2) different sets of three (3), for a total of six (6), Soller Collimators that reside on the pre-sample side of the TTAS. These collimators have stainless steel casings and the foils of one set are stainless steel and Mylar for the second set. One set of collimators shall be internally coated with gadolinium oxide and the other set will be coated with boron-10. All collimators shall be built to NIST NCNR's designs and specifications. All interested Offerors shall provide a quote for the following line item(s): Line Item 0001: One (1) Lot, BT9 Linear Soller Collimators Statement of Work/Specifications: The Contractor shall fabricate and assemble two (2) differently specified sets of three (3), for a total of six (6), Soller Collimators according to the design and specifications set forth by the NIST NCNR. The contractor shall also provide 2D CAD drawings, before fabrication and in the form of pdf files and hard copy prints, for both types of collimator. These drawings shall show all internal and external dimensions and tolerances for machined features and surfaces as well as machined feature call-outs (i.e. clearance holes, tapped holes, and slotted holes). The drawings shall also convey such information as the number of foils, coating thicknesses, spacer size and quantities, all materials (including hardware materials) used and all hardware specifications. The Offeror shall include in their quote the technical solution for the number and thickness of the foils, the quantity and thickness of the coatings, and the gap spacing of the foils and number of spacers that are required to achieve the desired collimation, transmission and specified level of cross-talk. All foils shall be under tension to assure collimation integrity. The Offeror shall give the required tension and the mechanism to tension the foils. In addition the Offeror shall provide details on method of delivery (carrier name(s) and mode of transportation(s) used), shipping costs, cost breakdown showing unit price and quantity price, and packaging details (size, weight, and number of crates). The NIST NCNR supplied specifications for the Soller Collimators are provided in the form of two (2) notated pdf drawing files. These drawings contain the required external and internal dimensions of the collimator casings; the desired material of the casings, spacers, and foils; the desired coatings for the foils and internal casing surfaces; the required amount of collimation; the required transmission; the amount of allowable cross-talk; the quantity of collimators for each collimation; form tolerances; additional required machining features; and all associated dimensional tolerances. You may obtain a copy of the drawings by sending your request to Jennifer.lohmeier@nist.gov. *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to design specifications. Upon completion of fabrication and quality inspection the Offeror shall include an inspection report with collimator shipment. ****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 quotations that are rated highly under the following categories: Facilities Equipment available at Offeror?s or sub-contractor's facilities that shall be used to accomplished this task. Technical Approach/Mode of Construction Offeror?s technical solution for the number of foils and spacers, number and thickness of coatings, machining of required features, and mode of tensioning the foils. ****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 collimators. 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. To allow assessment, each quote must include appropriate documentation. The quote shall list the equipment/capabilities/personnel available at the Offeror's or sub-contractor's facilities that shall be used to accomplish this task. The Offeror shall show previous experience in manufacturing similar products using the same materials, state how it is relevant, state how it will lead to success in completing the task, and give reference's for similar work. The Offeror shall provide a statement addressing company policy as it pertains to quality of service and product, cost management/control, timeliness of performance, customer satisfaction, and ability to improve performance through proactive management. ***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: (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 June 4, 2007 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Jennifer Lohmeier. 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
SN01297983-W 20070520/070518220400 (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.