Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

B -- Technical support Services to maintenance and repair the X24A Beam-line at the National Synchrotron Light Source-Brookhaven National Laboratory

Notice Date
6/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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
Reference-Number-NB852060-7-04340mac
 
Response Due
7/2/2007
 
Archive Date
7/17/2007
 
Small Business Set-Aside
Total Small Business
 
Description
NIST- Technical support Services to maintenance and repair the X24A Beam-line at the National Synchrotron Light Source-Brookhaven National Laboratory, dated May 19, 2007. Description This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation Number NB852060-7-04390mac is issued as a request for quotation. This solicitation is set aside exclusively for small business concerns. The North American Industry Classification Code (NAICS) is 541170. The National Institute of Standards and Technology has a requirement for technical support services to maintenance and repair the X24A Beam-line at the National Synchrotron Light Source-Brookhaven National Laboratory. The Performance Work Statement is as follows: The purpose of this requirement is to provide technical services to the National Synchrotron Light Source(NSLS) at Brookhaven National Laboratory in Brookhaven New York for the NIST. Background: The National Institute of Standards and Technology accelerates innovation in U.S. materials science by operating a diverse set of scientific instruments (beam-lines) at the National Synchrotron Light Source (NSLS) at Brookhaven National Laboratory. NIST is a pioneer in the synchrotron field and has already made important contributions to the U.S. chemical, microelectronics, and magnetic storage industries. Three NIST beam-lines at the NSLS permit structural studies of any material or device at the microscopic scale. NIST owns and operates an intermediate X-ray energy beam-line (X24A) at the NSLS. For 25 years X24A (http://www.nsls.bnl.gov/beamlines/beamline. asp?blid=X24A) has been in nearly continuous operation, in a 24/7 mode. The beam-line optical components, electronic interlocks, mechanical and vacuum systems are all custom designed. Any prospective contractor will require specialized and specific knowledge for safe and effective maintenance of X-ray energy beam-lines to ensure a high level of operation for accomplishing outstanding and diverse materials science. NIST requires such a high level of operation and performance as there are many opportunities for collaboration with Industrial firms, Universities and other Government agency scientists such as, the Department of Energy. Tasks: The contractor shall provide the following services on an as needed basis: 1. At the X24A beamline, periodic (as required by different X-ray experiments changes of diffracting crystals and critical alignments associated with the X24A two crystal monochromator. 2. Specialized maintenance of the X24A two crystal monochromator, including the first crystal cooling, all custom mechanical assemblies within the X24A two crystal monochromator to ensure smooth and reproducible x-ray energy scanning. 3. Periodic critical alignment of the X24A first mirror to ensure proper energy cutoff for safe and effective operation of the output X-ray energy spectrum. Periodic specialized maintenance of the mechanical alignment mechanism of the X24A first mirror to ensure proper operation. 4. Periodic critical alignment of the X24A second mirror to ensure proper focusing of the X-ray beam for the effective operation during experiments. Periodic specialized maintenance of the mechanical alignment mechanism of the X24A second mirror to ensure proper operation. 5. At the X24A beamline, repair and maintain as needed the custom X24A integrated ultra high vacuum system so that beamline vacuum and ring vacuum are always ensured for safe and effective operation of the X24A beamline. 6. At the X24A beamline, repair and maintain as needed the custom X24A integrated electric and electronic systems so that beamline X-ray experimental data acquisition is assured for 24/7 operations. 7. Must be a certified X24A Beamline Operations and Safety Awareness (BLOSA) Trainer (http://www.nsls.bnl.gov/training/JTAs-Training-Requirements /beamline-users.htm#BLOSA). Provides beamline users with BLOSA training as needed. Maintain a safe working environment for scientists utilizing X24A beamline. Assist scientist users of the NIST X24A beamline with their experiments by providing technical support. 8. Must maintain guest user status at the National Synchrotron Light Source, and all required safety and security training course up to date at all times. (http://www.nsls.bnl.gov/training/ JTAs-Training-Requirements/emps-beamstaff-otherLT.htm) (c) Monthly reports: The monthly reports shall include the details of the effort, including hours spent in each activity. This report will include but not be limited to reports on any of the related activities pertaining to this contract. COTR: The Contracting Officer?s Technical Representative (COTR) is : to be determined, National Institute of Standards and Technology. Period of Performance - Thirty(30) months and a base period with two(2) option periods is planned. Performance is expected to begin on or about August 1, 2007. Place of Performance: National Synchrotron Light Source(NSLS) at Brookhaven National Laboratory in Brookhaven New York. Price Quote ? The contractor should submit the best potential fixed fully loaded hourly rate/price based upon an expected yearly level of effort of a not to exceed 1600 hours and the contents of this request for quote. The resulting purchase order shall be negotiated on a time and materials basis and the Government will pay for only the hours expended providing the services. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; Unsatisfactory (U) - Not acceptable, not adequate to carry out. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-16. The provisions and clauses may be downloaded at http://www.acqnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52,212-2, Evaluation - Commercial Items. The Government shall award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.227-14, Rights in Data ? General; 52.217-9 Option to Extend the Term of the Contract . All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the above Statement of Work ?Technical support Services to maintenance and repair the X24A Beam-line at the National Synchrotron Light Source-Brookhaven National Laboratory,? dated May 19, 2007 and provide a written and electronic response to be received no later than July 2, 2007 addressed to Mario Checchia, Contract Specialist, National Institute of Standards and Technology, 100 Bureau Drive, Stop 1640Gaithersburg, Maryland 20899-1640, mario.checchia@nist.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The quote shall include the letter of transmittal, shall be limited to twenty(20) single sided pages. Submit quotes arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the required technical consulting services. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the contractor to confirm NIST's receipt of quote.
 
Record
SN01319907-W 20070617/070615220513 (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.