Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

66 -- Potentiostat / Galvanostat

Notice Date
6/4/2010
 
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-0437
 
Archive Date
7/3/2010
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joshua.holliday@nist.gov, todd.hill@nist.gov
(joshua.holliday@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.*** ***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.*** *** 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 a 100% Small Business Set-Aside.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Potentiostat/Galvanostat. *** ***All interested Contractors may provide a quote for the following: Line Item 0001: Quantity One (1) Potentiostat/Galvanostat, which shall meet or exceed the following minimum specifications: 1. Combined Potentiostat/Galvanostat 2. USB interface connection with microprocessor control 3. Maximum Output Current not less than 12A 4. Maximum Compliance Voltage of at least 130V 5. Applied Potential Range of at least 110V in any configuration 6. Applied Potential Accuracy of at least 10.2% of Setting, with a maximum value of 12 microvolt 7. Applied Potential Resolution of at least 150 microvolt 8. Measured Potential Resolution of at least 300 or 30 microvolt 9. Current Ranges: 10 nA to 1A in 9 ranges 10. Applied and Measured Current Accuracy of at least 0.2% of current and 0.2% of current range 11. Applied Current Resolution of at least 0.03% of current range 12. Measured Current Resolution of at least 0.0003% of current range (30 fA at 10 nA Current Range) 13. Potentiostat Bandwidth of at least 1 MHz 14. Potentiostat Rise time not greater than (1 V step, 10-90%) <250ns 15. Input Impedance of electrometer of at least >1 T-Omega//8pF 16. iR Compensation: Current Interrupt, Positive Feedback, Dynamic 17. Four, Three, or Two Electrode Control 18. Potential and Current Analog Outputs 19. External Signal Input 20. RDE rotation control voltage output of at least 0 - 10 V 21. Minimum of 16-bit A/D and D/A converters 22. 2 Analog input channels for external instrumentation 23. Expandable to 5 or more inputs 24. Must have the ability to internally select/switch between digital vs. true analog potential scanning 25. Potentiostat must have high speed data collection with sampling rates of at least up to 250 KV/s and data collection to at least 0.1 microseconds 26. Potentiostat must include an additional amplifier to extend current measurements down to at least 100 picoamperes with a resolution of at least 0.3 femotamps (10-15) 27. Potentiostat must contain an integrator and filter to enable coulometric and chrono-coulometric experiments. The analog integrator is required so that charge can be measured directly, instead of current, in both potential sweep and step experiments 28. System must come with complete software for running standard electroanalytical methods along with the ability to generate custom user defined steps and sweeps 29. Potentiostat must be modular in nature so that it can be easily expanded to operate as a biopotentiostat in the future (must have portal for directly connecting to mother board) Delivery terms shall be FOB Destination. 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. Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature that addresses all technical requirements, and that clearly documents that the offered product meets technical requirements stated above. Price: Quoted price will be evaluated for reasonableness. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must 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. ******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: a. 52.219-6 Notice of Total Small Business Set-Aside b. 52.219-28 Post Award Small Business Program Rerepresentation c. 52.222-3 Convict Labor d. 52.222-19 Child Labor - Cooperation With Authorities And Remedies e. 52.222-21 Prohibition of Segregated Facilities f. 52.222-26 Equal Opportunity g. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans h. 52.222-36 Affirmative Action for Workers with Disabilities i. 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans j. 52.225-1 Buy American Act k. 52.225-13 Restriction on Certain Foreign Purchases, and l. 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 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. *** WARRANTY: The Contractor shall provide at a minimum, a one year warranty (parts and labor) on the product. Please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty 2. What is included? (Parts, Labor) 3. Is the warranty on-site or return to vendor? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua Holliday, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** 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. ***Submission shall be received not later than 3:00 p.m. local time on June 18, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Joshua Holliday. Because of heightened security, FedEx, 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 made to the Contracts Office at 301-975-4959. For non-U.S. citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Offerors shall submit their quotations so that NIST receives the complete quotation not later than 3:00 PM Eastern Time on June 18, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Joshua Holliday.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0437/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02168967-W 20100606/100604235014-27aa983f326205ec27af0385ee54f28a (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.