Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

66 -- EXCIMER BASED 193 NM LASER ABLATION SYSTEM FOR USE WITH ICP-MS

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U S GEOLOGICAL SURVEY, APS PO BOX 25046 MS204ADENVER FEDERAL CENTER DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
10CRQQ0392
 
Response Due
8/30/2010
 
Archive Date
8/6/2011
 
Point of Contact
MAUREEN CORBETT CONTRACT SPECIALIST 3032369317 MCORBETT@USGS.GOV;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION EXCIMER BASED 193 NM LASER ABLATION SYSEM FOR USE WITH ICP-MS (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 10CRQQ0392. Electronic quotes will not be accepted. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (IV) This solicitation is a 100% total small business set-aside. The associated NAICS code is 334516. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN NO. 0001 - Laser Ablation System (VI) Description of requirements is as follows: Excimer based 193 nm Laser Ablation System for use with ICP-MS. The standard instrument offered to the USGS, including spare parts, software costs, shipping costs, installation costs, and warranty. All equipment, software or other options necessary to meet the specifications outlined below shall be included in the quotation. The installed Laser Ablation (LA) system shall meet or exceed the specifications upon installation: The LA system shall be a Class 1 laser product. The LA system shall include a 193 nm wavelength excimer laser, a beam delivery system for ablation of solid samples with a sealed sample chamber for introduction into an ICP-MS. The excimer laser shall output at least 8 mJ of 193 nm from the laser head and deliver a laser energy density to the sample (fluence) of at least 7 J/cm2 for all spot sizes. The LA system shall be able to operate at a laser repetition rate of at least 50 Hz. The system shall be equipped with a laser attenuator than can reduce the laser energy delivered to the sample to sufficiently low enough energy for biological and easy melted materials such as sulfides or metals. The attenuator should also provide maximum energy transmission for high energy applications. Details about the attenuator shall be provided. The LA system shall be able to communicate with commercially available ICP-MS instrumentation to at least initiate automated analyses of up to 1000 samples in a single session. The LA system shall have at least 10 different laser spot sizes available in a size range from 4 microns to at least 120 microns. The aperture that makes the spots shall either contain a range of spots and rectangular spots or be able to customer modifiable. The LA system shall be a self contained platform on wheels with all the necessary laser gas cylinders, vacuum pump and halogen filter contained in a sealed gas cabinet. The LA system shall include at least one mass flow controller that is integrated within the user software for control of the Helium flow within the sample chamber. The LA system shall provide a high quality real-time image of the sample in transmitted (plane and polarized light) and reflected illumination. Geological materials shall be able to be imagined at sufficient resolution to see features as small as the smallest spot size. The LA system shall be equipped with or upgradeable to a 100 mm x 100 mm XY stage. Information about the stage and sample chamber options shall be provided by the vendor. The LA system shall be able to allow for easy drawing of lines and complicated ablation patterns. These patterns shall be easily edited on the software computer. The software shall be intuitive, flexible for a variety of applications and easy to use. The vendor shall provide detailed information about the operating software. The LA system shall either be a refurbished or new system. Detailed information about the warranty for the system(s) quoted shall be provided. (VII) Required delivery within 90 days after award. Place of delivery is Bldg. 53, Entrance S1, Denver Federal Center, Denver CO 80225. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide existing product literature, or other documents as stated in paragraph (4) and past performance references as stated in paragraph 10 of the referenced clause. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), of the referenced clause, as detailed below, and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Technical (capability of the item offered to meet agency need), Past Performance (both of which are of equal importance) and price. In determining which proposal offers the greatest value or advantage to the Government, overall technical merit will be more important than evaluated price. Price will become the determining factor between proposals judged to be essentially equal in technical merit. ppirs.gov will be used as a source of past performance information in the source selection process, in addition to any other past performance information acquired both inside and outside the government. Offerors shall provide a minimum of three (3) customers with contact information who are currently using this model LA system for LA-ICP-MS work. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2008) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).. (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (31) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d).(32) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).(33) 52.225-6 Trade Agreements (37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http:www.arnet.gov The following additional terms and conditions apply:52.214-34 Submission of Offers in the English Language (Apr 1991)52.214-35 Submission of Offers in U.S. Currency (Apr 1991)52.225-5 Trade Agreements52.225-6 Trade Agreements Certificate 52.225-8 Duty-Free Entry (Feb 2000)52.233-4 Applicable Laws for Breach of Contract Claim (Oct 2004)1452.203-70 Restriction on Endorsements--Department of the Interior (July 1996) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 2:00 P.M. MST/MDT on August 30, 2010. Include an original and one copy. All quotes shall be mailed to the attention of Maureen Corbett at U.S. Geological Survey, P.O. Box 25046, MS204A, DFC, Denver, CO 80225. Overnight mail must also include the following information: 6th and Kipling, Entrance S-1, Room H1122, Bldg. 53, Denver Federal Center. (XVI) Any questions regarding this solicitation should be directed to Maureen Corbett, 303-236-9317, mcorbett@usgs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10CRQQ0392/listing.html)
 
Record
SN02231336-W 20100808/100806234806-bca94e1d67b080943f8b7511d191c423 (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.