Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
SOLICITATION NOTICE

66 -- INDUCTIVELY COUPLED PLASMA ATOMIC EMISSION SPECTROMETER (ICP-AES)

Notice Date
6/3/2010
 
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-0298
 
Archive Date
7/3/2010
 
Point of Contact
Paula Wilkison, Phone: 301-975-8448, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
paula.wilkison@nist.gov, todd.hill@nist.gov
(paula.wilkison@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 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-41) 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 Contractors may submit a quotation. *** The National Institute of Standards and Technology is seeking to purchase One (1) Inductively Coupled Plasma – Atomic Emission Spectrometer (ICP-AES). *** Background: The Materials and Construction Research Division (MCRD) within the Building and Fire Research Laboratory (BFRL) at the National Institute of Standards and Technology (NIST) performs research on the chemical and physical properties of infrastructural materials. Material characterization techniques are needed to determine the elemental composition of aqueous solutions that are in thermodynamic equilibrium with various infrastructural materials. The study of infrastructural materials involves a number of complexities: Corrosion of steel elements within infrastructural materials is a major national problem, so the instrumentation must be capable of detecting halogens. For some studies, the quantity of solution extraction is very small, so the instrumentation must be able to obtain the entire emission spectrum with relatively few images. Infrastructural materials are large-volume commodity products having a large number of elements, so optical properties and spectral resolution are important. ***All interested Contractors may provide a quote for the following: Line Item 0001: One (1) Inductively Coupled Plasma – Atomic Emission Spectrometer (ICP-AES), which shall meet or exceed the following minimum specifications: A.Inductively Coupled Plasma Spectrometer (Halogen capable): 1.Inductively-coupled plasma optical/atomic emission spectrometer 2.Echelle 2-dimensional grating 3.Charge injection device (CID) detector, using full-frame, 2-dimensional imaging 4.Optics having at least a 750 mm focal length 5.Unobstructed path (no mirrors) between focusing mirror and detector 6.Thermostatically-controlled and purged (air-free) optical path. 7.Detectable spectral range (minimum): 134 nm to 1000 nm 8.Entire spectral range can be imaged without manually re-configuring the equipment 9.No more than two images required to span entire 134 nm to 1000 nm spectrum 10.Spectral resolution no larger than 0.008 nm at 200 nm. 11.Reciprocal linear dispersion no more than 0.20 nm/mm at 200 nm (or demonstrated angular dispersion equivalent) 12.Dual view (radial/axial) sample introduction assemblies for aqueous and HF samples. 13.Software selectable view (radial/axial) on an element-by-element basis 14.Positive-displacement pump (e.g., peristaltic pump) for solution delivery 15. Sufficient torches, nebulizers, spray chambers, and hardware to operate in dual view for both aqueous and HF solutions. B.Radio Frequency (RF) Generator: 1.RF power controlled from 800 W to 1750 W, in (no greater than) 100 W increments 2.Water recirculator, or similar equipment, sufficient to control temperature C.Software: 1.Spike recovery calculations 2.Bias corrections 3.Corrections for sample mass and volume dilution 4.Analysis of up to 70 elements in less than one minute. 5.Data extractable in ASCII comma-separated values (CSV) format 6.Data available in either a standard data format or in ASCII, and are accessible by the user 7.Data available for audit trail 8.Unconstrained calibration/analysis under any combination of operating parameters 9.Linear or polynomial curve fitting options 10.Graphical display of data 11.Simultaneous background correction 12.Simultaneous inter-element corrections 13.Wavelength library in excess of 25,000 spectral lines 14.Ability to overlay multiple wavelength scans D.Computer Workstation: 1.Intel Core 2 Duo processor, 2.Mininum: 2.5 GHz CPU, 1000 MHz FSB, 1 Gb RAM, 60 Gb hard drive (HD) 3.MS Windows XP Professional operating system 4.17-inch (minimum) flat-screen monitor, keyboard, mouse, inkjet printer The PRIMARY specifications listed above are minimum specifications. A quoted system must meet or exceed all of these to be considered for award. Stronger consideration will be given to an Inductively Coupled Plasma – Atomic Emission Spectrometer (ICP-AES) which meets the following SECONDARY specifications: E.Uninterruptable power supply (UPS) sufficient to maintain full electrical power to spectrometer for no less than 3 minutes upon total loss of house electrical power. F.Consumables kit(s) (for halogen detection in aqueous and HF samples) 1. one or more kits, as recommended by the manufacturer, or as required to fulfill the aforementioned specifications. Installation The system shall be installed by the Contractor and meet contract specifications no later than two weeks after delivery. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, rigging, set-up and hook-up of the system, and removal of trash. NIST will provide sufficient electrical outlets, sufficient venting/exhaust, as well as gas (e.g., argon, nitrogen, etc.) supplies of sufficient purity. Training The contractor shall conduct one (1) training session for up to three (3) users at NIST. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. At least one of the NIST personnel shall successfully demonstrate the ability to operate the instrument and software, and shall have successfully performed an analysis of a sample containing at least one halogen element before the training is considered completed. The training may be completed at NIST immediately after installation/set-up and on-site measurements demonstrating that no damage or misalignment issues arose during transportation and installation, but shall be completed no later than 30 days after installation. Express Warranty The contractor shall warrant the instrument for a period of at least one year. Warranty shall be inclusive of parts, service, labor, and travel. 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. A demonstration of all specifications shall be performed by Contractor, and shall include a demonstration of its use using a sample containing at least one halogen element. Onsite installation and demonstration shall be done at NIST, Gaithersburg, Maryland. Delivery FOB Destination delivery terms are requested, and shall take place no later than 60 days after receipt of order. 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. 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. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 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 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items—Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 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 52.225-3, Buy American Act – Free Trade Agreement – Israeli Trade Act 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. 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 Friday, June 18, 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, Mail 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 one copy 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 shall propose a firm-fixed-price, preferably FOB Destination, for each CLIN. Contractor shall state express warranty coverage. 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 one copy 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. The Offerors shall acknowledge that NIST will not store the equipment onsite before it is installed. 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 more important than 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. The primary specifications stated in the specifications document are minimum specifications. A quoted system must meet or exceed all of those to be considered for award. As noted in the specifications, stronger consideration will be given to a system that provides the following secondary specifications: 1.Uninterruptable power supply (UPS) sufficient to maintain full electrical power to spectrometer for no less than 3 minutes upon total loss of house electrical power. Consumables kit (for halogen detection in aqueous and HF samples) A quoted system that fails to meet the secondary specifications will not be deemed technically unacceptable. 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. Past Performance, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. 1352.233-71 SERVICE OF PROTESTS (MAR 2000) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority). 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 If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce Office of the General Counsel Contract Law Division--Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 Attn: Mark Langstein, Esquire FAX: (202) 482-5858
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0298/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02167403-W 20100605/100603235123-98364d9554323dfcef5dbc7a4c636e6c (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.