Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

66 -- HR-ICP-Mass Spectrometer

Notice Date
3/3/2010
 
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
SB1341-10-RQ-0142
 
Archive Date
4/8/2010
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
carol.wood@nist.gov, todd.hill@nist.gov
(carol.wood@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
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 UNDER THE AUTHORITY OF FAR SUBPART 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 2005-38. 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 being procured using full and open competition. The National Institute of Standards and Technology (NIST), Inorganic Chemical Metrology Group performs elemental and isotopic measurements using a variety of spectro-chemical instruments, fulfilling customer needs through the provision of NIST Standard Reference Materials (SRMs) and development of methods used for the value assignment of elemental, isotopic, and organometallic data to SRMs. A High Resolution Sector Field Inductively Coupled Plasma Single Collector Mass Spectrometer (HR-ICP-MS) instrument is required for interference free ICP-MS determinations of both total elemental and organometallic content as well as isotopic composition. LINE ITEM 0001: Quantity one (1) each High Resolution Sector Field Inductively Coupled Plasma Single Collector Mass Spectrometer (HR-ICP-MS), meeting or exceeding all of the following required specifications: -Sample Introduction The HR-ICP-MS must include a peltier cooled sample introduction system, inert Ni-plated interface, peristaltic pump, Pt ground electrode (for cold plasma operation mode or equivalent) and digital mass flow controllers. In addition, an ESI SC-E2 integrated, random access autosampler (w/o FAST option) with dual rinse stations and HEPA filtered clean enclosure or equivalent, meeting the salient characteristics identified, must also be included. The autosampler must be capable of sampling from racks housing micro and standard sample vials of 1.5, 2.5, 4, 15, 50, and 250 mL. The autosampler must hold a minimum of two 3 x 7 racks (50 mL sample vials) and accommodate up to 10 additional standards. All racks matching the aforementioned bottle sizes must be provided. -Detector System The detector system must consist of a single discrete dynode ion-counting electron multiplier or equivalent. An additional faraday detector mode shall be available as a means of extending dynamic range. If required, the switching of each mode shall overlap by at least two orders of magnitude and there should be provision for automatic cross-calibration between the measurement modes. -Dynamic Range The HR-ICP-MS must have a linear dynamic range of at least 1012 (2 fg/g - 2000 ug/g) extendable by up to a factor of 50 by running the lowest concentration elements in low resolution mode and the higher concentration elements in a high resolution mode. This dynamic range shall be rapidly accessible (i.e. without instrumental hardware changes) to allow accommodation and analysis of samples containing elements of interest over a dynamic range of at least 1012. The full dynamic range must be accessible by an automated software implementation with a delay of ≤ 1 ms. -Software Control a. Software shall include computer controlled real-time display, user-editable detector dead time, user-editable isotope dwell times, and user-editable sweeps per replicate; b. Auto tuning of all major ICP parameters including exact and quantitative alignment of the torch in X, Y and Z directions; c. Automated auto-sampler and start/stop sequences; d. Automated and editable isobaric corrections; e. Software must allow for the creation and modification of data acquisition methods and sequences; f. Software must allow collection of data in multiple resolution settings during a single analysis; g. Software must perform triggered mass spectral data acquisitions that are initiated by a chromatographic injection and laser ablation trigger. The ICP-MS software must be capable of chromatographic data analysis including peak integration, calibration, and quantification capabilities. -Computer Hardware & Data Acquisition a. The HR-ICP-MS shall utilize PC work station for data processing with a 24” monitor. The work station must be equipped with sufficient processor speed and memory to accommodate the applications described within the minimum specifications; b. All acquired data shall be in spreadsheet compatible format for export to external packages; c. The operating system shall be Windows XP in order to comply with current NIST IT computer requirements; d. Full remote control of HR-ICP-MS; e. Method wizard for automatic method development; f. Real time monitoring of transient signals; g. Communication between the HR-ICP-MS, laser ablation and chromatographic systems. -Laser Ablation/Chromatographic Interfaces a. Laser Ablation Interface: The system must provide a laser ablation coupling kit including any add-on mass flow controllers, various tubing, and connectors capable of interfacing with an in-house laser ablation system, (New Wave UP213), to the HR-ICP-MS using a sweep gas. All necessary software and hardware shall be provided which allows for bi-directional control and communication between the HR-ICP-MS and laser ablation system. The HR-ICP-MS software must be capable of profile and transient data acquisition and analysis including peak integration, calibration, and quantification capabilities. The laser ablation unit must be able to be operated from the mass spectrometer’s computer; b. Liquid Chromatography Interface: Appropriate sample introduction hardware and accessories (i.e. external mass flow controllers, nebulizers, peltier-cooled spray chamber, etc.) required to transport chromatographic eluent from a liquid chromatograph to the ICP torch shall be provided. All necessary software and hardware shall be provided which allows for bidirectional control and communication between the HR-ICP-MS and any aftermarket liquid chromatography system. The instrument software must perform triggered data acquisitions that are initiated by a chromatographic injection. The HR-ICP-MS software must be capable of chromatographic data analysis including, at a minimum, peak integration, calibration, and quantification capabilities; c. Gas Chromatography interface: Appropriate sample introduction hardware and accessories (i.e. external mass flow controllers, modified sample introduction system and specialized torch) required to transport chromatographic eluent from a gas chromatograph to the ICP torch shall be provided. All necessary software and hardware shall be provided which allows for bidirectional control and communication between the HR-ICP-MS and any aftermarket gas chromatography system. The instrument software must perform triggered data acquisitions that are initiated by a chromatographic injection. The HR-ICP-MS software must be capable of chromatographic data analysis including peak integration, calibration, and quantification capabilities; d. The HR-ICP-MS must be able to have a minimum of two external mass flow controllers installed simultaneously with full software control. -Transient Signal Analysis a. The HR-ICP-MS must be capable of collecting rapid scans across the detector during a transient signal: Rapid magnet scan option, 7Li - 238U - 7Li in ≤ 150 ms; i. High voltage scan: < 10 ms for +30 % above magnet rest mass b. The detector system must have a dynamic range of greater than 9 orders of magnitude due to the variation in concentration of elemental species. -Vacuum System a. Analyzer pressure < 1x10-7 mbar; b. The vacuum system must be safety protected with a hard-wired vacuum integrity system with start-up and shutdown sequencing. -Serviceability a. Instrument control must be enabled, to allow remote real time operation for purposes of trouble shooting, using diagnostics, or running pre-specified routines. All printed circuit boards (PCB) shall provide generalized input/output connections, test points for measurement of signals, and LED diagnostic indicators for all vital PCB parameters; b. All instrument parameters as well as all PCB LED diagnostic indicators shall be computer settable and/or computer readable to facilitate complete computer-driven diagnostics as well as storage of this information for QA/QC procedures; c. All computer hardware shall be of non-proprietary, standard PC design to facilitate easy system expansion; d. Cones shall be readily accessible; e. Serviceable Air cooled water chiller; f. Must include all software upgrades for the HR-ICP-MS instrument software during the warranty period at no additional cost to the Government. -Operating Environment a. NIST requires that the instrument be supplied ready for use with United States standard electrical power. If transformers are required for operation with U.S. standard electrical power, such transformers shall be included with the instrument. NIST currently has a transformer from a decommissioned Thermo Element HR-ICP-MS. A Teledyne Crittenden, HV 330Y/220V, LV 200/210/220V, 3 phases Loading 10 kVA 60 Hz, Style 21104, S/N AJ8037 is available for either use in the installation of the new instrument or as a trade-in on a new transformer. The transformer is in working condition and currently meets all manufacturers’ specifications. It is preferred that the Contractor use the existing transformer rather than purchasing an additional transformer. b Temperature 18 - 24 şC, Humidity 50 - 60 % c. Argon purity 99.996% minimum, uninterrupted at 125 psi d. Maximum exhaust total flow of 900 m3/hr e. Dimensions (H x W x L) 60” x 36” x 100” or less -Detection and Linear Dynamic Range a. Signal integration times shall be 1ms at a minimum; b. No decay time after exposure to high intensity signals; c. User programmable detector dead time; d. Automatic switching between detection modes with a delay ≤ 1 ms; e. Cross-over ranges between modes of greater than 2 orders of magnitude; f. Automatic cross-calibration between detector modes (if applicable); g. Dynamic Range for electron multiplier: > 9 orders of magnitude; h. Dynamic range of detector system including faraday collector: > 12 orders of magnitude; i. Dark noise ≤ 0.2 cps, and independent of resolution mode. -Measurement Stability Better than 1 % RSD for 10 minute short term stability and independent of resolution mode; Better than 2 % RSD in 1 hour for long term stability and independent of resolution mode. -Magnet Characteristics, Scan Speed, Stability and Reproducibility a. Mass range must meet or exceed 2 - 260 at full accelerating voltage; b. Full accelerating voltage must be - 8 kV; c. Scan speed of range from m/z 7 to m/z 240 in less than 200 ms; d. Stability/reproducibility during scanning better than 25 ppm in 8 hours; e. BE sector geometry, with ability to add retardation lens for best abundance sensitivity (< 25 ppm); f. Scan Modes: The instrument shall offer a wide variety of scan modes, which will allow NIST to optimize experimental design. The following scan modes are required, at a minimum: a. Magnetic field scan (normal operation): i. < 400 ms, all isotopes between 23-240-23 amu with scan time 1 ms per amu ii. 650 ms, all isotopes between 6-238-6 amu b. Magnetic field scan (rapid magnet scan option): i. 7-240-7 amu in < 150 ms c. Magnet field peak jump: 1 ms/amu at a minimum d. High voltage scan: < 10 ms for +30 % above magnet rest mass e. High voltage peak jump: Peak to peak transfer speed <1 ms. -Resolution a. Resolution shall be fully automated in order to switch between resolution modes; b. Low Resolution where R = 300 is required for analysis of isolated isotopes and flat top peak shape for high-precision isotope ratio measurements; c. Medium Resolution where R = 4000 is required for analysis of elements in complex samples and resolving isobaric interferences; d. High Resolution where R = 10000 is required for analysis of elements in complex samples and resolving isobaric interferences. -Mass Calibration a. It shall not be necessary to calibrate each mass that will be analyzed; calibration procedure must be automatic for all resolutions and must interpolate between tests masses. -Analytical Figures of Merit a. Detection limits < 0.1 ng/L In at 3s of the background, R = 300 (100 ppq) b. Sensitivity: i. R = 300: count rates > 1 x 106 cps/ppb In ii. R = 4000: count rates > 1 x 105 cps/ppb In iii. R = 10000: count rates > 1.5 x 104 cps/ppb In c. Isotope ratio precision: i. 207Pb/208Pb < 0.1% RSD, for SRM 981 ii. 204Pb/208Pb 10 ppb SRM 981) d. Hydride formation: 238UH/238U: < 0.0002 (20 ppm) U e. CeO/Ce ratio ≤ 0.2% f. Ba+2/Ba+ ≤ 3 % g. Cold Plasma Mode: operation down to 600 W h. Dark noise: The average count rate across 10 neighboring channels of the electron multiplier is < 0.2 cps. i. Pulse discriminator dead time < 20 ns -Documentation Documentation and manuals shall be provided describing all aspects of operations, data reduction methods, data calculations, maintenance, and troubleshooting of every sub-system of which the instrument is comprised. Software refers to all instrument control, host computer to instrument computer/controller interface, and data acquisition, reduction, and display functions. One electronic (pdf) and one paper (hardcopy) version of all manuals shall be provided. LINE ITEM 0002: INSTALLATION: The Contractor shall install the system. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required specifications. Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications and performance metrics. Reference Inspection and Acceptance criteria. LINE ITEM 0003: ON-SITE TRAINING: The Contractor shall schedule and conduct training for four (4) NIST personnel, on-site at NIST Charleston. Training shall include all aspects of instrument operation such as display and analysis of data both in real time and using stored data, exporting of data files into commercial software programs, and the creation and use of programmed sequences of analyses. Training shall also include all aspects of instrument operation such as display and analysis of data both in real time and using stored data, exporting of data files into commercial software programs, and the creation and use of programmed sequences of analyses. The training may be completed at NIST immediately after installation/set-up, however must be completed not later than 30 days after installation. Installation and training must be scheduled, in advance, with the NIST Technical Contact to be identified at the time of award. LINE ITEM 0004: WARRANTY: The Contractor shall provide, at a minimum, a one (1) year warranty for the system. The warranty must cover the complete instrument and associated components, systems, and software. The warranty must cover all defects in materials and workmanship for a period of one year from the date of final acceptance by the Government. During the warranty period, the Contractor shall bear all costs, including shipping, travel (including per diem), and labor, to complete the repair or replacement any defects. LINE ITEMS 0005 – 0007 OPTION LINE ITEMS Line Items 0005 through 0007 are option line items. The Contractor shall provide pricing for all option line items. Prices quoted for option line items shall remain in effect in accordance with the following timelines. The Government may exercise any or all of these option line item, at its discretion, at the time of award or at any time during the timelines specified below in accordance with FAR 52.217-7 Option for Increased Quantity—Separately Priced Line Items. Line Item 0005 shall remain in effect for a period of one year from the date the Contractor’s commercial warranty commences; Line Items 0006-0007 shall remain in effect for a period of 12 months from the date of award; LINE ITEM 0005: SERVICE AGREEMENT (OPTION LINE ITEM): The Contractor shall provide a TWO year service contract for the equipment which shall commence the day following the expiration of the Contractor’s commercial warranty. The service contract must cover the complete instrument and associated components or systems and software. The service contract must cover all defects in materials and workmanship for a period of two years. During the period covered by the service agreement, the Contractor shall bear all costs, including shipping, travel (including per diem), and labor, to complete the repair or replacement any defects. LINE ITEM 0006: INERT LOW FLOW SAMPLE INTRODUCTION SYSTEM (OPTION LINE ITEM): Quantity 1 each alternative inert, low flow and high efficiency sample introduction system, CETAC Aridus II or equivalent, capable of providing high analyte transport efficiency and reduced oxide formation. The low flow high efficiency sample introduction system must include a low flow nebulizer, temperature controlled PFA spray chamber, and inert desolvation system. Salient characteristics: a. Minimum sensitivity enhancement of 10x vs. standard sample introduction system (R = 300: count rates > 10 x 106 cps/ppb In); b. CeO/Ce < 0.03%; c. Sample uptake rates of ≤ 400 µL/min; d. Mass flow controllers must be digital. LINE ITEM 0007: ORGANIC SAMPLE INTRODUCTION LIQUID CHROMATOGRAPHY INTERFACE (OPTION LINE ITEM) An sample introduction system (i.e. platinum cones, external mass flow controllers, nebulizers, peltier-cooled spray chamber, sample desolvation system, and organic solvent removal system, etc.) is required in order to accomplish reverse phase liquid chromatographic separations (as a single kit and/or individual components) at flow rates of ≤ 500 µL/min with 100 % organic mobile phase (i.e. methanol and/or acetonitrile). DELIVERY Delivery shall be made to and installation and on-site training shall take place at NIST/Hollings Marine Laboratory, 331 Fort Johnson Road, Charleston, SC 29412-9112, not later than 120 days after receipt of a purchase order. Delivery term shall be FOB Destination. 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. INSPECTION AND ACCEPTANCE CRITERIA Inspection will be done at the NIST facility upon completion of installation. In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor’s expense. All minimum specifications and the following performance metrics must be successfully demonstrated upon completion of installation: I. Measurement Stability a. Better than 1 % RSD for 10 minute short term stability and independent of resolution mode b. Better than 2 % RSD in 1 hour for long term stability and independent of resolution mode II. Analytical Figures of Merit a. Detection limits < 0.1 ng/L In at 3s of the background, R = 300 (100 ppq) b. Sensitivity: i. R = 300: count rates > 1 x 106 cps/ppb In with standard introduction system ii. R = 4000: count rates > 1 x 105 cps/ppb In iii. R = 10000: count rates > 1.5 x 104 cps/ppb In c. Isotope ratio precision: i. 207Pb/208Pb < 0.1% RSD, for SRM 981 ii. 204Pb/208Pb 10 ppb SRM 981) d. Hydride formation: 238UH/238U: < 0.0002 (20 ppm) U e. CeO/Ce ratio ≤ 0.2% f. Ba+2/Ba+ ≤ 3 %. FINAL ACCEPTANCE Prior to final acceptance of the instrument and final payment by NIST, all of the following shall be completed successfully: a. A fully functional instrument, including all components, spares, accessories, consumables, and related hardware shall be delivered, installed, and tested in accordance with the minimum specifications described herein; b. All minimum specifications must be met and all performance metrics must be successfully demonstrated on the delivered instrument; c. All documentation shall be delivered in both electronic and hardcopy formats; d. All training shall be completed. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability: Meeting or Exceeding the Requirement, (2) Past Performance, and Price. Technical Capability and Past Performance, when combined, shall be more important than price. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Technical description and product literature submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds all required specifications identified herein. Explanations and/or narratives provided for requirements not addressed by technical descriptions or product literature shall be evaluated to ensure that all technical requirements are addressed, for feasibility, and the likelihood for success. Past Performance: The Government will evaluate past performance as it pertains to the proposed system to determine the level of quality, including the level of successful performance of the functions for which the system is intended, and the reliability of the system. Evaluation of past performance will be based on information contained in the technical proposal and information provided by references. The Government will evaluate past performance by contacting appropriate references, including NIST references; if applicable. The Government may also consider other available information. The Government will assign a neutral rating if the offeror has no relevant past performance. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a price quotation which addresses all line items; 2) For the purpose of technical evaluation quoters shall submit: a. Two copies of technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addresses all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein; b. If standard product literature and/or technical descriptions do not address all required specifications, quoters must provide narratives and or explanation of the work that will be will be performed to meet the requirement(s). All proposed work must be addressed in sufficient detail that all technical requirements are discussed and that the intended outcome of the work can be clearly discerned. 3) For the purpose of past performance evaluation: A list of at least three (3) recent and relevant past performance references. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed; 4) 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. 5) The country of origin for the proposed system. 6) If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS. 7) In accordance with FAR 52.219-9, quoters who are classified as a large business under the NAICS code identified herein must submit a subcontracting plan. The suggested format has been included as a part of this solicitation. Reference Attachment I. Submission of the subcontracting plan must be included with initial quotations. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on March 24, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted. 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 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, 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 quotes on time. PROVISIONS AND CLAUSES 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: 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors — Commercial; 52.212-3, Offeror Representations and Certifications — Commercial Items; 52.217-5, Evaluation of Options. In accordance with FAR 52.212-3 Offeror Representations and Certifications — Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 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: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan with Alternate II; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-5, Trade Agreements; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.217-7 Option for Increased Quantity—Separately Priced Line Item The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at the time of award or at any time during the timelines specified herein. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree; and 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0142/listing.html)
 
Place of Performance
Address: Ship to :, NIST, Hollings Marine Laboratory, 331 Fort Johnson Road, Charleston, South Carolina, 29412-9112, United States
Zip Code: 29412-9112
 
Record
SN02082148-W 20100305/100303235138-f7ff659096f21c4a582d24bd9aea291b (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.