Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

66 -- NIR test Equipment

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
 
ZIP Code
20228
 
Solicitation Number
RFQ-10-0410
 
Point of Contact
Donald I Baron, Phone: (202)874-3143, Thomas O'Linn, Phone: (202)874-3238
 
E-Mail Address
Donald.Baron@bep.treas.gov, thomas.olinn@bep.treas.gov
(Donald.Baron@bep.treas.gov, thomas.olinn@bep.treas.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. RFQ-10-0410 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective 8/2/10. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees. The Bureau of Engraving and Printing (BEP), Washington, DC, has a requirement/need for four (4) spectrometer systems, with each system being comprised of four components: 1) A diode-array spectrometer module with a thermoelectrically controlled cooling unit that is "Brand Name or Equal" to the Zeiss Near Infrared (NIR) MCS 611 NIR 1.7 HR, or equal, 2) A Zeiss visible diode-array spectrometer module MCS 621 VIS II, or equal, 3) A Zeiss CLH 600 Light Source, or equal, and 4) A Zeiss MCS 600 19" rack mount enclosure with Ethernet interface and rack mount corners. Rack mount corners to be installed by contractor. MCS 611 NIR 1.7 HR, or equal, to be installed in first module slot by contractor. MCS 621 VIS II, or equal, to be installed in second module slot by contractor. The BEP uses these spectrometer systems to inspect United States Federal Reserve banknotes on printing presses. A modular spectrometer system with interchangeable wavelength specific modules is required to meet changing currency requirements. A rack mounted system with a single Ethernet interface to any module through a supplied software driver, as well as control of 24 VDC inputs and outputs is required for high speed data exchange to associated press control equipment. Software control of the light source shutter is required to synchronize banknotes with the control system. Having individually replaceable modules within one fan cooled rack is well suited to an industrial environment. THE FOLLOWING LINE ITEMS INCLUDE SALIENT CHARACTERISTICS. The equipment offered must meet or exceed those characteristics listed below for each product whose general description of the salient physical, functional, or performance characteristics of the brand name item that an "equal" item must meet to be acceptable for award: CLIN 01 - "Brand Name or Equal" to Zeiss model MCS 611 NIR 1.7 HR Spectrometer module, or equal. Thermoelectrically cooled diode-array spectral sensor with minimum spectral range of 960-1670 nm, 256 pixels, minimum pixel resolution of 4.0 nm, programmable integration time, SMA 905 connector, capable of being externally hardware triggered at up to 50 Hz, software triggering, trigger indication on face of module, compatible with programs developed employing the MCS6xx32 device driver. (4 each) CLIN 02 - "Brand Name or Equal" to Zeiss model MCS 621 VIS II Spectrometer module, or equal. Diode-array spectral sensor with minimum spectral range of 400-1000 nm, 256 pixels, minimum pixel resolution of 3.3 nm, programmable integration time, SMA 905 connector, capable of being externally hardware triggered at up to 50 Hz, software triggering, trigger indication on face of module, compatible with programs developed employing the MCS6xx32 device driver. (4 each) CLIN 03 - "Brand Name or Equal" to Zeiss model CLH 600 Spectrometer lamp module, or equal. Processor controlled power, 10W halogen field replaceable lamp, 380-2400 nm output, approximately 6000 hour usable lamp life, integrated shutter controllable through user developed software, software control of lamp power (off/on), SMA 905 connector, compatible with programs developed employing the MCS6xx32 device driver. (4 each) CLIN 04 - "Brand Name or Equal" to Zeiss model MCS 600 rack housing with rack mount corners, or equal. 19 inch 3U rack mount assembly with spectrometer(s) power supply, Ethernet connection, 9 pin DSUB serial connection for reprogramming IP address, 37 pin DSUB connection to inputs and outputs, terminal block connection to inputs and outputs, cooling fan, power switch, fused electrical power connection, backplane for connection of to up to four spectrometer modules and a lamp module, compatible with programs developed employing the MCS6xx32 device driver. (4 each) No partial shipments will be accepted. All items are FOB Destination. DESCRIPTIVE LITERATURE: Offerors shall submit two (2) copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTE: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following terms and conditions apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per CLIN, and total price; 2) descriptive literature, brochures, information on service and support; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html. DELIVERY TO: Bureau of Engraving, Washington, DC 20228. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 60 days after award, however, each offeror shall include their proposed delivery schedule as part of their quote. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the salient characteristics and minimum requirements. B) Warranty. C) Delivery. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Donald Baron, Contracting Specialist, Bureau of Engraving and Printing, Office of Acquisitions, Room 705-A, 14th & C Streets, SW, Washington, DC 20228, no later than 2:00 p.m., September 1, 2010. Quotes and other requested documents may be provided by facsimile to (202)-874-2200 if desired. Additional information may be obtained by contacting the Contracting Specialist at 202-874-3143 or email donald.baron@bep.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-10-0410/listing.html)
 
Place of Performance
Address: BEP, 14'th and C Sts. SW, Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02250738-W 20100825/100823234841-7a2a7a2dd6787d09da36d079346c1bd9 (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.