Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

66 -- Silicon Drift X-Ray Detection System

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous 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
SB1341-09-RQ-0489
 
Archive Date
9/9/2009
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
joni.laster@nist.gov, patrick.staines@nist.gov
(joni.laster@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
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) 2005-36 Effective August 01, 2009. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 with a small business size standard of 500 employees and only small businesses shall be considered for award as this requirement is set-aside 100% for small business. In accordance with the non-manufacturer rule, the manufacturer and distributor of these supplies must be a small business in accordance with the NAICS code identified. For size purposes, there can be only one manufacturer of the end item being acquired. The manufacturer is the concern which, with its own facilities, performs the primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end item being acquired. The end item must possess characteristics which, as a result of mechanical, chemical or human action, it did not possess before the original substances, parts or components were assembled or transformed. The end item may be finished and ready for utilization or consumption, or it may be semi-finished as a raw material to be used in further manufacturing. Firms which perform only minimal operations upon the item being procured do not qualify as manufacturers of the end item. The National Institute of Standards and Technology (NIST), Surface and Microanalysis Science Division, requires a silicon drift x-ray detector system for NIST’s new rotating anode mXRF system. The current system is based on a design for producing large x-ray images using a rotating anode source and stage mapping. As the stage components and National Instruments Lab View system has been purchased, the final instrument necessary for x-ray imaging is an x-ray detector and pulse processor. Of paramount importance for the rotating anode system, the x-ray detector must be linked to a pulse processor that is capable of full integration with LabView. If LabView compatibility is not established, the system will not be capable of producing x-ray images. It is vital to division goals that the rotating anode milli x-ray fluorescence imaging system be brought up to speed with all of the necessary components, including an x-ray detector and pulse processor. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency’s requirement. All equipment must be new, as used and or remanufactured equipment will not be considered. All responsible quoters shall provide a quotation for the following line items: LINE ITEM 0001: Quantity one (1) each EDX System, 4pi PremiumSD RevolutionEDX System, manufactured by 4pi Analysis, Inc., or equivalent. The system must consist of the following equipment, or equivalent. The system must meet all of the salient characteristics identified herein. 1. SILICON DRIFT DETECTOR 1.1Silicon drift x-ray detector 1.1.1Moxtek AP3.3 window for detection down to sodium (Na) Ka x-rays; 1.1.1.1X-ray detector must be fully functional at atmospheric pressure with ambient light. 1.1.1.2Coating on window must be sufficient to block incoming light. 1.1.2Sensor with active area of at least 30 mm2; 1.1.3Resolution of 133eV at Mn Ka or better; 1.1.4Preamplifier; 1.1.5Interface cable (detector preamp to spectral engine); 1.2Spectral engine 1.2.1Must include a digital pulse processor; HV power supply; universal detector interface card. The digital pulse processor signal must be LabView compatible. Output from the pulse processor must be readable with LabView software and hardware. 1.2.2The processor must be capable of producing an output count rate of at least 100,000 counts per second; 2. Must provide open source application programming interface (API) for creating custom solutions and enabling direct communication to the digital pulse processor and access to the packetized electron and x-ray event stream; 3. COMPATIBILITY 3.1 The equipment must be compatible with National Instruments hardware to create a custom data acquisition and storage environment; LINE ITEM 0002: Documentation: The Contractor must provide documentation for the API. The Contractor must also provide documentation for LabView programming interface to include necessary hardware hookups and software applications for acquiring data and automating functions; LINE ITEM 0003: Installation: The Contractor shall provide installation for the system. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the system. shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. Warranty: The Contractor shall provide, at a minimum, a one year warranty for the equipment. The warranty shall be on-site at NIST Gaithersburg during business hours only. All parts, labor and travel shall be included. Contractor shall state the warranty coverage for the equipment. Delivery shall be provided no later than 90 days from receipt of an order. Delivery terms 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, Gaithersburg, MD 20899. Evaluation Criteria: 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) Experience, and 4) Price. Best value shall be determined based on the overall value of the proposed equipment to the Government, price and non-price factors considered. Technical capability, past performance, and past experience, when combined, shall be of equal importance to price. If technical capability, past performance, and experience are equivalent, price shall be the determining factor. 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. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the required salient characteristics and meets the Government’s needs in the same manner as the brand name. 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 which 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. Experience: Experience will be evaluated to determine the degree of vendors’ ability to develop software for an interface. Evaluation of experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information. Past Performance, 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 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: 52.211-6 Brand 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: 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor – Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act w/ALT I 52.225-13 Restriction on Certain Foreign Purchases; 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)Include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, which clearly documents that the offered product(s) meet or exceed the specifications stated above and meet the needs of the Government in essentially the same manner as the brand name; 3)If a modified commercial item is being quoted, the quoter must provide a written explanation of the modifications that will be performed for the equipment to meet all salient characteristics; 4) Description of commercial warranty; 5) Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. 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; the date of delivery or the date services were completed and a description of the equipment sold to each reference; 6) For the purpose of evaluating experience, Contractor’s shall provide information to support the Contractors experience and ability to develop software for an interface. 6) a current copy of the Contractor’s price list or catalog pages that contain pricing for the equipment/services defined within the Contractor’s quotation. 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 3:00 PM local time, on August 26, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@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 301-975-8397. 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-mail quotes ARE acceptable. Fax quotes will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0489/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01915187-W 20090819/090818002452-6d059203857aac872b513b7ce97f9442 (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.