Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
MODIFICATION

66 -- Scanning Electron Microscopy and Electron Diffraction System

Notice Date
4/28/2010
 
Notice Type
Modification/Amendment
 
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-0295
 
Archive Date
5/29/2010
 
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
The solicitation is hereby amended to correct the title of the equipment being procured. DELETE: Scanning Electron Microscope ADD: Scanning Electron Microscopy and Electron Diffraction System. The due date for quotations remains unchanged. All other terms and conditions remain unchanged. 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 2005-40. 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, Materials Flammability Group requires a Scanning Electron Microscopy (SEM) and Electron Diffraction (ED) System for investigating the dispersion of nanoparticles in polymer nanocomposites. This is a necessary tool for several projects in the Materials Flammability Group as the extent of dispersion plays a key role in the mechanical performance and flammability of polymer nanocomposites. All quoters shall provide a quotation for all of the following line items. LINE ITEM 0001: Quantity one (1) each Scanning Electron Microscopy and Electron Diffraction System. The system must meet all of the required specifications identified herein. All equipment must be new. Used or remanufactured equipment will not be considered for award. 1. Produce SEM images with a resolution of at least 2 nm; 2. Field emission electron gun based SEM; 3. No sample (polymer, nanoparticle, biomaterial) degradation from electron beam. For the purpose of this solicitation degradation means visible sample damage in the SEM image; 4. 2048 x 2048 pixel cooled CCD camera for imaging; 5. A data acquisition system with all control software, image analysis software and a flat panel LCD widescreen (24 inch) monitor; 6. The capability to acquire images in transmission mode (transmission electron microscopy) is a preferred capability, however not required. LINE ITEM 0002: INSTALLATION: The Contractor shall install the equipment on-site at NIST Gaithersburg, MD. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, demonstration of all required specifications, and removal of trash. Upon award, the contractor shall provide a list of installation requirements, including laboratory utilities, services and furniture, with explanations, as soon as the contract is awarded. NIST will provide any required connections to house services. LINE ITEM 0003: TRAINING The Contractor shall schedule and conduct one (1) training session for up to 4 users at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed immediately after installation and demonstration of performance specifications, but no later than 10 business days after installation. LINE ITEM 0004: WARRANTY: The Contractor shall provide, at a minimum, a one year warranty for the SEM. The warranty must cover non-consumable parts, labor, travel and shipping charges. The warranty must also include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation. Warranty shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel costs shall be borne by the Contractor at no additional cost to the Government. If return to vendor, all shipping charges and all responsibility for the shipments to and from NIST shall be borne by the Contractor at no cost to the Government. DELIVERY Delivery, installation, and training shall be completed not later than six (6) months from the date of award. Delivery terms 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. FINAL ACCEPTANCE NIST will provide payment in full upon successful completion of delivery, demonstration of specifications and submission of a proper invoice from the Contractor. Payment terms shall be Net 30 Days. Warranty shall commence upon final acceptance by the Government. 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 slightly more important than price. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds all required specifications identified herein. In evaluating technical capability, preference shall be given to equipment with the capability to acquire images in transmission mode. Reference Line Item 0001, specification 6. Past Performance: Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided and/or information provided by NIST and its affiliates. 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: 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 required by the solicitation. 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. 6) Price quotations must be submitted in US Dollars. 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 May 14, 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. PROVISIONS AND CLAUSES 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: 52.212-1, Instructions to Offerors — Commercial; 52.212-3, Offeror Representations and Certifications — Commercial Items. 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; 52.219-28, 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; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 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; 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-0295/listing.html)
 
Place of Performance
Address: Ship to:, NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02134400-W 20100430/100428234856-dc77f72481c582f752109f172bc52ea9 (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.