Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

66 -- Gas Chromatograph with Electron Capture Detector

Notice Date
6/27/2007
 
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-0213A
 
Response Due
7/11/2007
 
Archive Date
7/26/2007
 
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. 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) 2005-17. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation. The above referenced solicitation is hereby amended to change the requirement from a ?Trace Explosive Analyzer? to a ?Gas Chromatograph with Electron Capture Detector,? and the specifications have been modified. To support the development of standards for trace explosive detection, the National Institute of Standards and Technology (NIST) has a requirement for a Gas Chromatograph with an Electron Capture Detector to be used in the Surface and Microanalysis Science Division, Analytical Microscopy Group, at NIST, Gaithersburg, MD, to analyze and quantify trace amounts of explosive compounds. The mission of NIST, as mandated by Congress, is to develop and promote measurements, standards, and technology to enhance productivity, facilitate trade, and improve the quality of life. Reliable standards are needed to test the performance and effectiveness of trace explosive detectors, which protect the public and infrastructure of the U.S. Currently, NIST has an active program in trace detection metrology using state-of-the-art microanalytical instrumentation, ion mobility spectrometers, and inkjet printers for the development of trace explosive reference materials. This program is designed to meet the measurement quality needs of organizations and agencies that use trace explosive detectors. A critical requirement for NIST is to validate the quantities of trace explosives on samples such as test swipes and reference materials. For this purpose, NIST has several systems in place, but these systems lack the sensitivity and precision needed for validating deposits of trace explosives at picogram levels. Gas chromatography with electron capture detection is currently considered the best technology for the purpose. All interested Contractor?s shall provide a quote for the following line items(s): Line Item 0001: The contractor shall furnish one (1) each, gas chromatograph with electron capture detector. The analyzer shall meet or exceed the following minimum technical specifications: 1. The system must be able to analyze microliter-sized liquids for trace explosives. 2. The following analytes must be separable and detectable below 10 picograms in mass, and below 10 micrograms per liter in acetonitrile: cyclotrimethylene-trinitramine (RDX), pentaerythritol-tetranitrate (PETN), and trinitrotoluene (TNT). Please note other specific analytes and performance criteria under ?Stronger Considerations? below. 3. For all required analytes, reproducibility of signals (relative standard deviation of the mean) at the 10 picogram level must be better than 2 percent. 4. Documentation must be provided regarding system sensitivity (limits of detection, SEE NOTE 1) and analytical precision to the analytes named above. This documentation may be either in commercial specification sheets or test reports. The purpose is to establish the sensitivity limits that will be used during acceptance tests (described below). If the required data cannot be provided within the solicitation period, NIST is willing to consider other information that addresses sensitivity to explosives or related compounds, as long as the technical procedure utilized by the vendor for determining this information is referenced or adequately described. 5. The system must be operable through MS Windows-compatible software to display, analyze, and record data. NOTE 1: The limit of detection (LOD) is commonly accepted as the smallest amount of a particular substance that can be reliably detected in a given type of medium by a specific measurement process. The analytical signal from this amount must be high enough above background variations to give statistical confidence that the signal is real, so the LOD is normally defined as the amount of substance that generates an average signal three times higher than the standard deviation of the background signal or analytical signal at LOD levels, whichever is greater. Installation/Training/Warranty: 1. The contractor shall schedule and facilitate installation/set-up. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the instrument, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. 2. The contractor shall schedule and facilitate one (1) eight hour training session for up to five (5) 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. The contractor shall provide a list of installation requirements, including house services and furniture, with explanations, as soon as the contract is awarded. NIST will provide any required connections to house services. 3. Quotation must include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation, and a one-year warranty. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. Inspection and Acceptance Criteria: 1. Visual-Physical check at NIST laboratory for adherence to design specifications. a. System utilizes gas chromatography and electron capture detection. b. The system is operable through MS Windows-compatible software to display, analyze, and record data. 2. Performance check at NIST laboratory for adherence to performance specifications. a. Using trace explosive materials supplied by NIST, the system will be required to detect any of the required analytes at twice the LOD (or similar level) as specified by the supplier. b. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and will be witnessed by the contractor. The instrument must accurately identify each analyte. Upon any failure, the test for that analyte will be repeated five times. Accurate detection must occur in at least four (4) of those five analyses. Delivery shall be FOB DESTINATION and be completed in accordance with the contractor?s commercial schedule. 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001, for check-in. Shipping and Receiving shall divert the contractor to NIST?s Health Physics Division, Building 245 (Radiation Physics), Gaithersburg, MD 20899-0001, for assaying of package, prior to delivery to the end user. Award shall 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) Past Performance, 3) Past Experience, and 4) Price. Technical capability, past performance, and past experience, when combined, shall be more important than price. If technical capability, past performance, and past experience are equivalent, price shall be the determining factor. ***Award will be made on a best-value basis. Under the Technical Capabilities factor, additional consideration will be given for a system with one or more of the following additional features or capabilities: Line Item 0001: Stronger considerations Stronger considerations beyond the minimum technical requirements will be based upon (in descending order): 1) superior (smaller) limits of detection for the required analytes; 2) superior reproducibility (smaller imprecision) of detection for the required analytes; 3) superior scope of detection, where the following additional analytes are examples: Triacetone triperoxide (TATP), hexamethylene triperoxide diamine (HMTD), Octahydro-1,3,5,7-tetranitro-1,3,5,7-tetrazocine (HMX), and ethylene glycol dinitrate (EGDN). Technical Capability: Evaluation of Technical Capability will 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 addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the products and services, 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 from other sources, including NIST. Offerors 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: Past Experience will be evaluated to determine the degree of vendors? experience in successfully providing comparable systems for the types of applications described herein. 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. Past Performance, Past Experience, 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 shall 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); 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; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (25) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Act (NOV 2006); Alternate I of 52.225-3 (JAN 2004); (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 vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above 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). 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 11, 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: Kim Stavish. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Kim Stavish) @ kim.stavish@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 301-975-2672. NIST is not responsible for late delivery due to the added security measures. In addition, offerors 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 and shall be addressed to: kim.stavish@nist.gov. Faxed quotes will NOT be accepted.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD 20899
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01328855-W 20070629/070627220419 (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.