Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2007 FBO #2018
SOLICITATION NOTICE

66 -- RX Soller 075

Notice Date
6/4/2007
 
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-0214
 
Response Due
6/20/2007
 
Archive Date
7/5/2007
 
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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. 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 quoters may submit a quote. 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 characteristic of products that will be considered satisfactory to meet the agency?s requirement. Sollar Slit to be used as a Parallel Beam Analyzer in X-ray Powder Diffraction The NIST Ceramics Division is commissioning a new facility in AML dedicated to certification of NIST Standard Reference Material (SRM) for diffraction from nanometer length scale features in powders and thin films. While the certification of thin film SRMs is only presently being realized, powder diffraction standards have been available for 30 years; their sales amount to approximately 700 units/year. The facility in AML includes three primary pieces of diffraction equipment largely built in house by the NIST Ceramics Division. The Ceramics Division Parallel Beam Diffractometer, CDPBD, is the machine built to perform SI traceable measurements of lattice parameter on single crystals (thin films) and powders. While the X-ray optics used for measurements on the two sample formats differ substantially, they both result in a parallel X-ray beam. This parallel beam is requisite to the performance of SI traceable measurements. The optics used for powders results in a beam that is parallel to within 0.06 to 0.08 degrees. The diffracted beam must be ?analyzed? to exclude radiation not scattered at the measured angle. Therefore, an analyzer with an acceptance angle 0.06 to 0.08 degrees is required. A solar slit collimator is the appropriate X-ray optic to use in this application as the analyzer. Sollar slit collimators consist of a series of parallel flats arranged in a layered array with a constant spacing between them. The flats serve to obstruct radiation striking them, thus, the device will obstruct all radiation except that of a specific angular range which is dependent on the spacing between the foils and the length of collimator itself. The angular range that the collimator transmits can be characterized as the full-width-half maximum, FWHM of the X-ray peak that is collected as the collimator is rotated through an X-ray beam. In an ideal case, this measured value can be related to the aforementioned spacing thickness and overall length of the collimator. Two factors define the quality of the collimator at a given FWHM, the form of the transmitted profile and the efficiency of the collimator. The first factor is largely dependent on the scattering of the X-ray from the surface of the flats which will impart artifacts to the diffraction profiles. These artifacts will, in tern, comprise the quality of the NIST SRMs which are certified from data collected utilizing such equipment. The second factor, the efficiency, is related to the ratio of the thickness of the flats to their spacing as well as their degree of flatness. These two factors lead to the ?loss? of the optic, or the quanta X-rays scattered within the specified angular range, but are nonetheless, not transmitted by the Sollar slit. The efficiency is also a critical factor as the precision of the measurements is specific to the total X-ray quanta that can be collected. The National Institute of Standards and Technology (NIST), has a requirement for Bede Scientific Inc. RX Soller 075, or equivalent, meeting all of the following required salient characteristics. Entrance Aperture: 10 x 15 mm, the larger dimension is parallel to the surface of the flats; Transmission: Greater than 65 percent; Acceptance FWHM: Less than 0.075 degrees; Transmission profile to be fit with a single pseudoVoight profile with a GOF of less than 2.5; Flat thickness to spacing ratio: Greater than 3:1 Flats shall be made of glass; Flats thickness: Less than 70 ?m; Antireflective coating applied to flats The Contractor shall state the warranty coverage provided for the equipment. Please submit all questions in writing to: andrew.perry@nist.gov Delivery 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, all factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Experience, and 3) Price. TECHNICAL CAPABILITY Technical Capability shall be evaluated to determine if the proposed equipment meets or exceeds all of the required salient characteristics. Technical Capability shall be determined through a review of test data submitted with the contractor?s quotation. The test data must demonstrate the transmission function from previously produced Sollar slits. PAST EXPERIENCE The Contractor shall describe their previous experience in manufacturing, assembling and providing similar systems, explain how their experience is relevant to providing the equipment listed herein, and how their experience will ensure successful completion of the project. Contractor shall demonstrate past experience in utilizing glass flat technology with antireflective coatings in the manufacturing of Sollar slits. Technical Capability and Past Experience when combined are equal in importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Past Experience and price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability evaluation factor. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature which addresses all salient characteristics, and CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated above and meets the needs of the Government in essentially the same manner as the brand name. Past Experience will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Experience 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. Offerors shall provide 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. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.225-2 Buy American Act Certificate. 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: (15) 52.222-3, Convict Labor; (16) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (17) 52.222-21, Prohibition of Segregated Facilities; (18) 52.222-26, Equal Opportunity; (19) Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (20) 52.222-36, Affirmative Action for Workers with Disabilities; (21) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (25) 52.225-3 Buy American Act?Free Trade Agreement?Israeli Trade Act with Alternate I; (36) 52.225-13 Restriction on Certain Foreign Purchases; and (41) 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 (1) copy of a quotation which addresses and all technical evaluation criteria, 2) A Description of the commercial warranty; and 3) one copy of the most recent published price list. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrew Perry, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on June 20, 2007. E-MAIL QUOTES WILL BE ACCEPTED, however, must include all required information. Fax quotes shall not be accepted.
 
Place of Performance
Address: 100 BUREAU DRIVE, GAITHERSBURG, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01309444-W 20070606/070604220141 (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.