Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOLICITATION NOTICE

66 -- RECOVERY - LARGE AREA, HIGH RESOLUTION, NEUTRON CCD CAMERA SYSTEM - Figures 1, 2, 3, 4

Notice Date
6/2/2010
 
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-0332
 
Archive Date
7/1/2010
 
Point of Contact
Paula Wilkison, Phone: 301-975-8448, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
paula.wilkison@nist.gov, patrick.staines@nist.gov
(paula.wilkison@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Figures 1,2,3, and 4 as cited in the specifications THIS ACQUISITION IS BEING FUNDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009. RECOVERY - The National Institute of Standards and Technology (NIST) has a requirement for a large area, high resolution neutron CCD camera system to be used in the Physics Laboratory at NIST, Gaithersburg, Maryland. 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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 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 (FAC) 2005-41 (effective 13 May 2010). 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than ten calendar days after the issuance date of this solicitation. Any responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested vendors may submit a quotation. *** All offerors shall provide a quotation for the following line items: Line Item 0001: One (1) Large Area, High Resolution Neutron CCD Camera System. STATEMENT OF WORK: Introduction The contractor shall furnish the necessary personnel, material, equipment, and services to fabricate, deliver, and test one Large Area, High Resolution Neutron CCD Camera System. Background The Ionizing Radiation Division of NIST’s Physics Laboratory has a requirement for a Large Area, High Resolution Neutron CCD Camera System for high resolution neutron tomography of advanced battery chemistries. The radiation area requires that the CCD view the neutron scintillator either by fiber optical coupling or by a lens and mirror at 45 degrees so as to place the CCD out of the radiation field. Minimum Requirements The system shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. 1.A CCD sensor with a pixel array at least 10000 pixels by 10000 pixels. A back-illuminated sensor or front illuminated sensor may be proposed. A back-illuminated sensor is preferred and adds value. 2.A pixel pitch less than 10 micrometers. a.Cooling to at least below -60 C (absolute, not differential) to achieve dark current of less than 0.005 electrons per pixel per second. Cooling below -90 C (absolute) is preferred and adds value. 3.At least two CCD readout speeds: a.A readout time of the entire sensor of less than 10 s that yields a readout noise of less than 10 electrons per pixel. b.A readout time of the entire sensor of less than 120 s that yields a readout noise of less than 4 electrons per pixel. 4.The CCD camera shall be placed out of the mean neutron beam path with either a fiber optic or lens and mirror system. The neutron-sensitive scintillator will be provided by NIST and mounted on either 6” wafers or 5” by 5” square aluminum plate, the wavelength of the scintillation light is about 550 nm. A lens and mirror system is preferred and adds value. a.Specifications for lens and mirror system: 1)The lens shall have a 1:1 reproduction ratio, with a field of view at least 10 cm by 10 cm, with a modulation transfer function resolution of >10% at half Nyquist (27.0 line pairs per mm) for light with wavelength 550 nm, and numerical aperture of at least 0.05. 2)A minimum working distance from the front of the lens to the scintillator less than 1.0 m and greater than 0.2 m (L in figure 1). 3)A first surface mirror with reflectivity of at least 90 % at a wavelength of 550 nm. 4)A means to mount the CCD and Lens (L1 in figure 1) to a translation stage to enable focusing based on illuminating the scintillator with neutrons. 5)A light-tight, black-anodized aluminum housing for the mirror and scintillator housing that enables changing scintillators, and has a flexible bellows to connect to the CCD and Lens, an example housing is shown in figures 2 and 3. b.Specifications for fiber optic system: 1)A 1:1 fiber optic coupling between a neutron scintillator and the CCD sensor. 2)The fiber optic shall be either bent or cut at an angle, a, to enable placing the CCD out of the main neutron beam, as shown in Figure 4 so that the length of the short-end of the fiber optic is H = W / tan(a). 3)The field of view of the fiber optic shall be at least the size of the CCD sensor, with a modulation transfer function resolution of >10% at half Nyquist (27.0 line pairs per mm) for light with wavelength 550 nm. 4)A means to couple and exchange a neutron scintillator to the fiber optic. 5)A light-tight, black-anodized aluminum housing for the scintillator and fiber optic, and enables the placing of neutron shielding material in front of the CCD. 5.System shall include all required equipment and connections to cool the CCD to base temperature. Any tubing, hosing, or electrical connections shall be at least 2 m in length. 6.System shall include all required electronics, software, and cabling to control the temperature of the CCD, to read and save images from the CCD using a standard PC shall be provided. 7.Cable connections between the CCD and image acquisition computer shall be at least 5 m in length. 8.Image acquisition shall be computer controlled. Control includes setting an arbitrary image acquisition time, setting the pixel pitch and image size, and initiating image acquisition through either ActiveX controls, macro scripts, software development kits, or other appropriate means. The image acquisition software shall be able to save images in either the FITS or TIF file formats as 16-bit integers. The image acquisition software shall run natively in Windows XP. 9.System shall include manuals that fully discuss the installation, operation, and maintenance of the CCD camera, the software interface, the camera cooling unit, and all other components. OPTION LINE ITEMS: The following items are option line items. The Contractor shall provide pricing for these items. Prices quoted shall be effective for a period of one year from the date of award. Award of option line items is at the sole discretion of the Government in accordance with 52.217-7. Option Line Item 0002: One (1) shutter for visible light, which shall meet or exceed the following minimum specifications: 1. Shutter for visible light shall have an opening time less than 1 s. Option Line Item 0003: One (1) motorized translation stage, which shall meet or exceed the following minimum specifications: 1. Motorized translation stage shall focus the CCD-Lens system. 2. Position resolution less than or equal to 1 micrometer. REPORTING REQUIREMENTS UNDER THE RECOVERY ACT Recovery Act reports are a required deliverable in accordance with FAR 52.204-11. Failure to submit timely, complete, and accurate Recovery Act reports will be considered failure to comply with a contract term or condition. Express Warranty At minimum, the contractor shall warrant the entire system (exclusive of optics) for a period of at least one year. Inspection and Acceptance 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. This instrument shall be tested at the NIST Center for Neutron Research if received prior to the scheduled reactor shutdown (estimated shutdown date: March 2011) or at an alternate neutron source specified by the NIST neutron imaging facility staff. Testing location will be determined by NIST at time of delivery. Delivery Delivery shall be FOB DESTINATION and shall take place not later than 9 months after contract award. Marking Deliverables The contract number shall be placed on or adjacent to all exterior mailing or shipping labels of deliverable items called for by the contract, except for reports. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Those marked with an asterisk are provided in full text in Attachment 1. Provisions *52.212-1, Instructions to Offerors-Commercial Item *52.212-3 Offeror Representations and Certifications-Commercial Items 52.217-5 Evaluation of Options 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. Clauses *52.212-4 Contract Terms and Conditions—Commercial Items 52.212-5 II Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (MAY 2009)--ALTERNATE II (MAY 2009)—Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government *52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 *52.204-11, American Recovery and Reinvestment Act--Reporting Requirements 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.219-9, Small Business Subcontracting Plan 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 52.225-5, Trade Agreements 52.225-13 Restriction on Certain Foreign Purchases; 52.232-30, Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. *52.247-34 F.O.B. Destination *1352.201-70 Contracting Officer’s Authority *1352.201-72 Contracting Officer’s Representative *1352.209-73 Compliance With The Laws *1352.271-83 Government Review, Comment, Acceptance, and Approval NIST Local Clause_04 Billing Instructions 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 within one year of date of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on Wednesday, June 16, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at paula.wilkison@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. 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 Paula Wilkison, Contract Specialist on 301-975-8448. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and four copies of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror should propose a firm-fixed-price, FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and four copies of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. Experience: The offeror shall demonstrate the extent to which it has recently manufactured, distributed, and installed similar equipment. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm’s past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1.Contract number; 2.Description and relevance to solicitation requirements including dollar value; 3.Period of Performance – indicate by month and year the state and completion (or “ongoing”) dates for the contract; 4.Reference Contact – If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5.Contracting Office – If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer’s Representative (COR), and their names, current telephone numbers and email addresses. 6.Problems Encountered – include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR “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) Note: 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. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Experience, 3) Past Performance, and 4) Price. All non-price factors, when combined, are approximately of equal important to price. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST’s requirements. NIST will give stronger preference to offerors whose quoted equipment includes any or all of the following: a back-illuminated sensor as described in specification 1; cooling below -90 C (absolute) as described in specification 2; a lens and mirror system as described in specification 4. Experience: NIST will evaluate the extent of the offeror’s experience providing similar equipment. NIST will give preference to offerors who demonstrate they have experience delivering the same equipment they are proposing for the current requirement. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Price: The Government will evaluate price for reasonableness, in accordance with 52.217-5. Price will be evaluated based on the cumulative total of all the line item prices. Past Performance, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. Non-Governmental Acquisition Support The Government may utilize non-Governmental acquisition support for processing of quotations submitted in response to this solicitation. These individual(s) will have access to the quotation information and will be assisting the Contracting Officer in the procurement process by performing services including, but not limited to, preparing the quotations for submission to the technical evaluators, performing past performance checks, and preparing award documents. The non-Governmental acquisition support will not conduct technical evaluations of any quotation and will not be involved in the final decision as to the awardee under this procurement. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0332/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02166152-W 20100604/100602235137-e2d7af1878beb517d7cfe6fe28e7fbdf (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.