Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
MODIFICATION

66 -- Spectrofluorometer

Notice Date
5/19/2010
 
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-0355
 
Archive Date
6/8/2010
 
Point of Contact
Charles Koehler,
 
E-Mail Address
charles.koehler@nist.gov
(charles.koehler@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. 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 business size standard of 500 employees. BACKGROUND The Process Measurements Division (PMD) of the National Institute of Standards and Technology (NIST) establishes, disseminates and extends the realization of national measurement standards for temperature, humidity, pressure and vacuum, fluid flow, air speed, liquid density and volume. OBJECTIVE PMD requires one (1) Spectrofluorometer of which will be used to develop advanced measurement methods for the manufacture and characterization of biopharmaceuticals. All interested Contractors shall provide a comprehensive quotation inclusive of all of the following Line Items, whereas technical literature must accompany same: LINE ITEM 0001: 1. Quantity of one (1) each research-grade Spectrofluorometer system meeting or exceeding all of the following minimum specifications: A. High-power Xe arc lamp (i.e. > 150 W). B. Double excitation and emission monochromators to provide for maximum stray light rejection. C. Motorized continuously-adjustable slits at the entrance and exit of the sample compartment and double monochromators (minimal requirement 0.25 nm to 15 nm); bandpass must be able to be controlled through the computer software. D. Wavelength excitation range to include 200 nm - 700 nm; emission range to include 200 nm to 900 nm. E. Reflective optics. F. Sensitivity of >5000:1 signal to noise ratio for water Raman spectrum. G. Sample compartment to include the following accessories: 1) Single sample cell holder. 2) Computer-controlled Peltier thermostated single cell holder with stirring mechanism. Temperature range of at least 0 C to 100 C required. 3) Front face selection optics for the collection of excitation off of the front face of the sample versus at the typical 90 collection angle. 4) Solid sample holder designed for sampling of thin films, powders, pellets or microscopic slides with a variable alignment angle. H. Emission photomultiplier tube (PMT) detector capable of photon counting detection mode. I. Compatible with the following standard accessories for future expansion of experimental capabilities: 1) Near infrared (NIR) detector for infrared fluorescence detection. 2) Well-plate reader. 2. Computer system to include Windows XP Professional operating system, standard monitor, wired keyboard, wired mouse, connections, cables, instructions for setup, operation and maintenance and system controller electronics interface allowing for sample acquisition and temperature control of the sample. 3. System must include offline software for data analysis and processing that can be installed on multiple computers supplied by PSG. The software will have the ability to export data in ASCII file formats. Future software upgrades to be included in the purchase price. LINE ITEM 0002: All supporting documentation necessary for installation, operation and maintenance of the system shall be included. LINE ITEM 0003: On-site complete installation of the system shall be provided by the Contractor at a date to be determined by End User post-receipt of accepted delivery by NIST. LINE ITEM 0004: On-site comprehensive training of the system shall be provided by the Contractor at a date to be determined by End User post-receipt of accepted delivery by NIST. WARRANTY Warranty from the Contractor shall provide for a minimum of one (1) year from the date of delivery acceptance by NIST. Warranty shall include, but not necessarily be limited to, unlimited telephone and e-mail support during the warranty period and be inclusive of matters relating to installation, operation, parts and that to which is of a similar nature. The Contractor shall provide a statement/terms of its warranty of which shall meet or exceed the aforementioned. DELIVERY Delivery shall be completed within the Contractor's commercial schedule upon receipt of the Purchase Order. Contractor shall state on the Quotation the lead time for all Line Items based on After Receipt of Order (ARO). All Line Items, as applicable, shall be delivered to NIST, ATTN: Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. Delivery shall be FOB Destination. NIST shall not accept any liability for transit. 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 Final acceptance shall be provided and payment in full shall be made upon receipt and acceptance of all Line Items within the applicable FAR clauses as delineated within the Solicitation. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made on a technically acceptable/low price basis. Technically acceptable means that all line items are identical to those required by this solicitation. Of the technically acceptable quotations, price shall be the determining factor. REQUIRED SUBMISSIONS All quoters shall submit the following as it relates to the Solicitation: 1) A Quotation which addresses all Line Items and other salient items as delineated in the Solicitation. 2) 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 quotations 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) This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program nor 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. 3) In accordance with Federal Acquisition Regulation (FAR) clause 52.204-7, the successful quoter must be registered in the Central Contractor Registration (CCR) prior to award. Reference www.ccr.gov for details. Refusal to register shall forfeit award of a purchase order. DUE DATE FOR QUOTATIONS All quotations shall be sent via E-mail as one (1) singular file to Charles Koehler, Contract Specialist, at charles.koehler@nist.gov. The E-mail header shall refer to the complete Solicitation Number of this procurement. Quotations submitted in any manner other than noted above will not be acknowledged nor honored. Submissions must be received by 10:00 AM ET on May 24, 2010. Receipt shall be calculated from the date and time the E-mail is received in the inbox of the Contract Specialist at NIST per the electronic stamp generated by NIST's computer system, not by when it was sent by the Contractor. Quotations that are not complete or received by the due date and time will not be honored nor provided an unjustifiable extension to comply, regardless of any issue(s) relating to file size, server backlogs or such. 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: 1) 52.212-4 - Contract Terms and Conditions (Commercial Items); 2) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Commercial Items including subparagraphs); 3) 52.222-3 - Convict Labor; 4) 52.222-19 - Child Labor (Cooperation with Authorities and Remedies); 5) 52.222-21 - Prohibition of Segregated Facilities; 6) 52.222-26 - Equal Opportunity; 7) 52.222-36 - Affirmative Action for Workers with Disabilities; 8) 52.225-1 - Buy American Act-Supplies; 9) 52.225-13 - Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 10) 52.232-33 - Payment by Electronic Funds Transfer (Central Contractor Registration); and 11) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated, of which 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-0355/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02153896-W 20100521/100519234720-44814d7e8d1c01ce7d10dc0208877d29 (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.