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 -- DMEMS System

Notice Date
6/22/2007
 
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-0242
 
Response Due
7/6/2007
 
Archive Date
7/21/2007
 
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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. ***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 requirement is unrestricted and all interested Contractors may submit a quotation.*** ***Line items 0001-0008 are BRAND NAME or EQUAL requirements. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency?s needs.*** ***The National Institute of Standards and Technology is seeking to purchase of a Veeco Metrology Profiler White Light DMEMS (Dynamic Micro Electro Mechanical System) Microscope System or EQUIVALENT. The Instrument must include the below components or EQUIVALENT. Refurbished/Remanufactured items will not be considered.*** ****All interested Contractor?s shall provide a quote for the following: Line Item 0001: Quantity One (1) Veeco Metrology DMEMS, Part Number OM-NT1100 DMEMS, or EQUIVALENT, which must meet the following salient characteristics and include the following components: Part # WYKO NT-1100 Profiler DMEMS Base System or EQUIVALENT which must meet the following salient characteristics and include the following components: Vertically Scanning interference microscope for three dimensional surface profile measurements, must meet and include the following: 1) PSI and VSI Measurement 2) Vertical Scan range of 1000 microns 3) Integrated Video Monitor for sample viewing and alignment 4) High-Speed Camera assembly- CCD solid state array, 640 by 480 pixels, 60 fps, output: 8 bit digital, user selectable measurement arrays 5) Computer controller- Dell Pentium 4 or equivalent- 3.4 GHz, 1GB RAM, 80GB HD, 1.44 MB Floppy, Windows XP Professional with WYKO Vision # 32 Software or equivalent, keyboard, mouse, and CD-RW 6) Operators Manual 7) Sample Stage (standard)- plus or minus 6 degree Tip/Tilt adjustment, plus or minus 2 inch X/Y translation, plus or minus 90 degree rotation 8) Base System- NT1100 Profiler DMEMS System or EQUIVALENT 9) Power Options- NT1100D or equivalent-110V CFG for 110/120 VAC US/JAP 10) Performance Options- NT1100D or equivalent-1MM Standard or equivalent- 1MM Scan Length 11) Computer/Monitor Options- NT1100- Computer Pentium Computer or equivalent, Windows XP, CDRW Line Item 0002: Quantity One (1) DMEMS Hardware Options, Veeco Metrology NT1100D Strobe Stroboscopic Illum Package, or EQUIVALENT Line Item 0003: Quantity One (1) DMEMS Hardware Options, Veeco Metrology NT1100D- DMEMS 1 Channel DMEMS Measurement Option, or EQUIVALENT. Line Item 0004: Quantity One (1) Stitching Options, Veeco Metrology NT1100M-XY 4 in manual XY, Tilt/Tip Stage, or EQUIVALENT. Line Item 0005: Quantity One (1) Field of View Lenses, Veeco Metrology NT1100-FO.5X FOV, 0.5X, or EQUIVALENT. Line Item 0006: Quantity One (1) Field of View Lenses, Veeco Metrology NT1100-F2X FOV, 2X, or EQUIVALENT. Line Item 0007: Quantity One (1) Objective ? Standard working distance, Veeco Metrology NT-010X 1X-10 Interferometric Objective, 90 percent, or EQUIVALENT Line Item 0008: Quantity One (1) Standard Objective Mounts, Veeco Metrology NT1100-OBJ-ADAPT Single Objective Adapter, or EQUIVALENT. Line Item 0009: Installation and Training: The Contractor shall provide installation for the White Light DMEMS Microscope. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the microscope, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. The contractor shall schedule and facilitate a training session for 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. Inspection an Acceptance: NIST will perform accuracy measurement performance acceptance tests for translation and rotation along three orthogonal axes XYZ in our laboratories. Since there are no standard tests available, NIST will use our Government-owned nano positioners http://www.isd.mel.nist.gov/meso_micro/ to perform these tests. NIST?s devices have the lowest cross talk and angular deviation errors of any devises of the same size and range of motion and have embedded cap gages with their axes aligned with the actuator axes, which can measure displacement with great accuracy and resolution. NIST will measure the angular deviations with autocollimators. In order to facilitate the performance of these tests NIST will attach a target of known dimensions on the moving stage. The target will be a single crystal rectangular piece of silicon of dimensions 340 micrometers x 340 micrometers. The desired characteristics for a magnification of 20X are the following: X axis (Horizontal translation), accuracy error less than 1 micrometer and sigma less than 20 nanometers. Y axis (Horizontal translation), accuracy error less than 1 micrometer and sigma less than 20 nanometers. Z axis (Vertical translation), accuracy error less than 1 micrometer and sigma less than 2 nanometers. X axis (rotation), accuracy error less than 5 microradians and sigma less than 1 microradian. Y axis (rotation), accuracy error less than 5 microradiansand sigma less than 1 microradian. Z axis (rotation), accuracy error less than 5 degrees and sigma less than 1 degree. The performance will be measured at two frequencies, quasi static 0 Hz and sinusoidal oscillation of 20 Hz. ***The Contractor shall state the warranty coverage provided for the instrumentation.*** ***Delivery shall be provided not later than 12 weeks after receipt of an order. 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 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, and 3) Price. Technical capability and past performance shall be equal to price. If Technical Capability and Past Performance, are equivalent, price shall be the determining factor. Technical Capability Evaluation of Technical Capability will 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 or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name.*** Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** 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?s Registration (CCR) Database; 52.211-5 Brand Name or Equal; 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 Preferences for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in it?s offer); (7) 52.219-8, Utilization of Small Business Concerns; (10) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (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 Feeds (Dec 2004) (E.O. 13201); (25) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Act (NOV 2006); (26) 52.225-13 Restriction on Certain Foreign Purchases; (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 (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s), and 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address.*** 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 shall be received not later than 3:30 PM local time, on July 06, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. 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 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. 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. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01325636-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.