Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOLICITATION NOTICE

66 -- Microscope

Notice Date
6/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens 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-0265
 
Response Due
7/9/2007
 
Archive Date
7/24/2007
 
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. The National Institute of Standards and Technology (NIST), has a requirement for a microscope that is desired for experiments involving laser excitation of micro- and nano-electromechanical semiconductor structures, and laser fluorescence of quantum dots. The system will also be used for general inspection of microscopic samples. System magnifications ranging up to 500X with a resolution of 500nm or better at the highest magnification are required, along with collimated-laser access, rigid support, long-working distance, good illumination & surface-feature contrast, and ease of use. LINE ITEM 0001: Quantity one (1) each Microscope, meeting all of the following required specifications: 1. LASER PORT A. The microscope must provide the capacity to introduce collimated laser light along the incident light axis and have that laser light focused onto the sample; B. The microscope must provide the capacity to simultaneously introduce broadband halogen-lamp illumination that is collimated at the sample; C. It is strongly desired that no lenses be in the laser beam optical path between the laser port and the objective: if there are any such optics, they must be user-accessible and ?removable; D. All optical elements (except objective lenses) in the laser beam optical path and camera port optical path must be suitable for wavelengths between 500 nm and 1.5 um, or must be easily replaceable. 2. MECHANICAL STABILITY E. Must have highly stable and rigid support of optics and sample. F. Must have transmitted light and incident light illumination; G. Must have Koehler illumination on both transmitted and incident light axes; H. Must have Differential Interference Contrast on incident-light axis; I. Must have the capacity to switch between at least 3 reflectors/filters in the incident-light axis. At least one of these reflector/filter elements must be rapidly replaceable by the user; J. Must have Infinity-focused objective system; K. Must have Flat-field-corrected, spherical-aberration-corrected objectives with magnification/NA combinations of 1-2X/0.04-0.10, 10X/0.25-0.30, 20-25X/0.40-0.50, and 50X/0.80-0.90, without use of an immersion medium and without coverglass compensation. The 10X and 20-25X objectives must have long working distances (10mm or longer); L. Must have two (2) 10X eyepieces with graticule on one; M. Must have dual camera port for digital camera on one port and CCD video camera on the other. Light sent to the cameras should be directed through one or the other camera port depending on a user?s setting of a reflector; (Cameras will be purchased separately.) N. Must have 100/X/0 changeover system for sending light to eyepieces or camera ports. The Contractor shall state the warranty coverage provided for the equipment. Please submit all questions in writing to: andrew.perry@nist.gov Delivery terms shall be FOB Destination. Delivery shall be completed not later than 10 weeks after receipt of order. 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. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) and Price. Technical Capability shall be more important than price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quotations shall include the make model of the products, manufacturer sales literature or other product literature, which addresses all specifications and clearly documents that the product offered meets or exceeds the specifications identified herein. Price will evaluated for reasonableness. Stronger Consideration Selection of a system that meets the minimum stated requirements will be made on a best-value basis (performance/cost ratio). Under technical capabilities factor, additional consideration will be given for a system that would provide the following characteristics (listed in order of importance): 1. Lowest level of vibration; 2. Convenience of use of laser port; 3. Complete infrared compatibility of laser port; 4. Access to sample for micromanipulators; 5. User replaceability of components. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. Quoters must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror 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) 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; (25) 52.225-3 Buy American Act?Free Trade Agreement?Israeli Trade Act with Alternate I; (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 quoters shall submit the following: 1) An original and one copy of a quotation which addresses all of the above Line Items; 2) Two (2) originals of technical description and/or product literature. Quoters must ensure all specifications are clearly documented; 3) A description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s). 5) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) 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 July 9, 2007. E-MAIL QUOTES WILL BE ACCEPTED, however, must include all required information. Fax quotes shall not be accepted.
 
Place of Performance
Address: GAITHERSBURG, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01325635-W 20070624/070622220415 (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.