Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2008 FBO #2347
SOLICITATION NOTICE

66 -- Laser Ablation System

Notice Date
4/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-08-RQ-0217
 
Point of Contact
Andrea A Parekh, Phone: (301)975-6984, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
andrea.parekh@nist.gov, todd.hill@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN 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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24. *** 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 a 100 percent small business set-aside. ***The National Institute of Standards and Technology (NIST) has a requirement for a DEEP UV 193nm EXCIMER LASER ABLATION SOLID SAMPLING SYSTEM to be used in the Analytical Chemistry Division at NIST, Gaithersburg, MD. BACKGROUND: The Inorganic Chemical Metrology Group of the Analytical Chemistry Division (ACD) of the Chemical Sciences and Technology Laboratory (CSTL) of NIST requires a deep UV 193nm Excimer Laser Ablation System (LAS) to allow solid sampling of materials for analysis by inductively coupled plasma mass spectrometry (ICP-MS) without the need for sample dissolution. This instrument will play a central role in the development and certification of a new series of solid elemental and isotopic Standard Reference Materials (SRM) that will support this rapidly evolving technology. In spite of their general unsuitability, the NIST SRM 600 glasses are the current defacto standards underpinning this type of analysis and will be replaced by the new standards. The LAS will also be used in focused research applications that require spatially specific elemental and isotopic data (e.g. in situ elemental and isotopic measurements within fish otolith zonations; isotopic variations in sea bird egg shells). Laser ablation, as a direct sampling technology, is changing the study of elemental and isotopic variations in very diverse fields of research, from environmental/medical investigations to forensic/geological applications. ***All interested Offerors shall provide a quote for the following line item: Line Item 0001: Quantity One (1) Deep UV 193nm Excimer Laser Ablation Solid Sampling System, which shall meet or exceed the following specifications. No prototypes, demonstration models, used or refurbished instruments will be considered. The instrument model offered must have been in full-production for at least 12 months prior to this RFQ with documented sales of the instrument (see Past Experience requirement). MINIMUM TECHNICAL SPECIFICATIONS Laser Ablation System: 1)The LAS must be equipped with a deep UV 193nm Excimer laser generated by ArF excitation. The system must come complete with all gas interconnects and valves. 2)The pulse width must be less than five (5) nanoseconds at FWMH. 3)The energy output must be adjustable and controlled by an optical attenuator. The beam should be homogeneous with a uniform, flat beam profile and an energy distribution within 5 percent, plus or minus. 4)The short term pulse to pulse stability must be 3 percent or better. 5)The beam delivery system must be capable of delivering different spot shapes and sizes via software control of masks and attenuators for different modes of analysis. 6)The entire LAS must be on a mobile instrument platform to facilitate interfacing with different mass spectrometers. Viewing Optics 7)The LAS must have a computer controlled color CCD system that can be operated from the mass spectrometer’s computer as well as from a dedicated CPU coupled with the LAS. 8)The viewing system must be capable of presenting imaged samples in reflected, transmitted and general illumination in plane and cross polarized light. 9)The viewing optics must deliver optical magnification capable of resolving features down to 2 micrometers. 10)The system must provide real-time sample mapping during ablation. Sample Chamber 11)The LAS must be supplied with a high efficiency sample chamber that provides for laminar flow across the sample and efficient particle entrainment. 12)The sample stage system must accommodate thin sections, thick sections, irregular specimens and standards. 13)The sample stage must have a 1 micrometer resolution and travel at least 50 mm in the X and Y directions. 14)The sample chamber and fittings should support the use and control of He carrier gas. Software 15)The LAS must be capable of being interfaced with a ThermoFisher Neptune MC-ICPMS, a ThermoFinnigan Element 1 HR-ICPMS and a ThermoElectron X-Series ICP-MS. 16)The software must be operable on the mass spectrometer computer and monitor with the possibility of bi-directional control between the laser system and the mass spectrometer data collection software. Line Item 0002: Installation/Training/Warranty which shall include, at a minimum, the following: 1. The contractor shall schedule and facilitate installation/set-up and one (1) training session for up to four (4) users at NIST. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the system, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. 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/set-up and on-site measurements demonstrating that no damage or misalignment issues arose during transportation and installation (as described below), but shall be completed no later than 30 days after delivery. 2. Quotation must include telephone/e-mail support 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. Quotation must include the number and the home station of the service engineers who are responsible for the area that covers Gaithersburg, MD.*** *** Inspection and Acceptance Criteria 1. Visual-Physical check at the NIST laboratory for adherence to design specifications. 2. Performance check at NIST must be performed by the Contractor to demonstrate that no damage or misalignment issues arose during transportation and installation in the laboratory. The tests must be performed by the Contractor after completion of the installation. ***Delivery shall be provided not later than 4 months 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** ****The Government will evaluate information 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 approximately equal to price. If Technical Capability, Past Performance, and Past Experience are equivalent, price shall be the determining factor. 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. Technical Capability Evaluation of Technical Capability shall 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 CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. Offerors MUST meet or exceed each specification requirement listed below. Offerors are advised to address each mandatory specification requirement in detail, indicating how the instrument offered meets the specification by providing actual analytical data or peer-reviewed published papers (where appropriate) that document this capability. Please follow the same list format as set out. This will enable the evaluators to clearly identify the aspects that are being discussed in your responses. 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. Quotes shall provide a list of references who have purchased the same or similar products. 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. The supplier of the instrument must have a proven record of reliability and experience in the area proposed, which in this case will apply to a system that meets the requirements herein. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror 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: Clauses: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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns, (5) 52.219-6 Notice of Total Small Business Set-Aside (11) 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); (7) 52.219-8, Utilization of Small Business Concerns; (16) 52.222-3, Convict Labor (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (18) 52.222-21, Prohibition of Segregated Facilities (19) 52.222-26, Equal Opportunity 20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (21) 52.222-36, Affirmative Action for Workers with Disabilities (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (24) 52.222-50, Combating Trafficking in Persons (AUG 2007) (29) 52.225-3, Buy American Act—Free Trade Agreement—Israeli Act (NOV 2006); (31) 52.225-13, Restrictions on Certain Foreign Purchases (36) 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 FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; 4) One (1) copy of the most recent published price list, and 5) A description of relevant past experience. ***All quotes shall be received not later than 3:00 PM local time, on May 13 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-3571, Attn: Andrea Parekh. 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 301-975-4959. 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. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c8c667c84652c99241fb33d198191b8c&tab=core&_cview=1)
 
Place of Performance
Address: 100 Bureau Drive, MS1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01562454-W 20080430/080428215903-c8c667c84652c99241fb33d198191b8c (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.