Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
MODIFICATION

66 -- Fourier Transformed Infrared (FTIR) spectrometer and IR microscope.

Notice Date
7/8/2011
 
Notice Type
Modification/Amendment
 
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
NB620040-11-01773
 
Archive Date
8/3/2011
 
Point of Contact
CHRISTOPHER JOHN GANEY, Phone: 3019756205, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
christopher.ganey@nist.gov, patrick.staines@nist.gov
(christopher.ganey@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
THE ABOVE REFERENCED NOTICE IS AMENDED AS FOLLOWS: DUE DATE FOR QUOTES IS EXTENDED TO JULY 19, 2011, 12 PM EASTERN TIME. QUESTIONS AND ANSWERS WILL BE FORTHCOMING. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. CLASSIFICATION CODE: 66- Laboratory Equipment and Supplies TITLE: Fourier Transformed Infrared (FTIR) spectrometer and IR microscope. SOLICITATION NUMBER: NB620040-11-01773 RESPONSE DATE: July 1, 2011. CONTACT POINTS: Chris Ganey Contract Specialist, (301) 975-6205 Patrick Staines, Contracting Officer, (301) 975-6335 DESCRIPTION: The National Institute of Standards and Technology (NIST) has a requirement for Fourier Transformed Infrared (FTIR) spectrometer and IR microscope to be used in the Center for Nanoscale Science and Technology lab at NIST, Gaithersburg, MD. 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. 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) 2005-51(Effective May 2, 2011) 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Chris Ganey. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to 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. All offerors shall provide a quotation for the following line items: Line Item 0001: One (1) Fourier Transformed Infrared (FTIR) spectrometer and IR microscope. STATEMENT OF WORK: Introduction The contractor shall furnish the necessary personnel, material, equipment, and services to fabricate, test and deliver one Fourier Transformed Infrared (FTIR) spectrometer and IR microscope. 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. Minimum Specifications: FTIR spectrometer 1. Research grade instrumentation with the highest sensitivity and spectral resolution required to conduct advanced infrared nanomaterials characterization. 2. The FTIR spectrometer should be able to record infrared (IR) spectra in the region the 7800-375 cm-1 spectral range with only one set of optics, one IR source and one IR detector. 3. The FTIR spectrometer must allow recording step scan experiments. 4. Spectral resolution better than 0.125 cm-1 apodized or better than 0.1 cm-1 unpodized (optical). 5. The Signal to Noise Ratio (SNR), defined as follows, should be better than 10000:1 for an average of 10 consecutive runs. The instrument with the highest signal to noise ratio in the conditions described below will be preferred. To ensure fair comparison, vendor MUST provide data and documentation of the testing procedure supporting this specification in the following exact conditions: • Scan time: 5 seconds for the background spectrum and 5 s for the sample spectrum. • Spectra must be recorded at 4 cm-1 of spectral resolution. • The SNR must be measured as the peak-to-peak noise in the 2,000-2,200 cm-1 spectral region using Norton-Beer Medium Apodization, Mertz phase correction for an average of 10 consecutive runs. • The spectrum must be recorded with a Globar source, with a KBr beamsplitter and with a room temperature deuterated lanthanum triglycine sulfate (DLaTGS) detector. Stronger consideration will be given to the instrument with the highest signal to noise ratio in the conditions described above. 6. The instrument should be equipped with 2 detectors: • A DLaTGS operating in the 12,000-250 cm-1 spectral range with sensitivity (D*) equal or better than 4 x 108 cm∙Hz1/2∙W-1. • A Mercury Cadmium Telluride (MCT) detector operating in the 11700-600 cm-1 spectral range and D* > 2 x 1010 cm∙Hz1/2∙W-1. 7. The instrument should be equipped with a Germanium on KBr beam splitter operating in the 7800-370 cm-1 spectral range. 8. The instrument should allow to experiments with external sources of infrared radiation such as tunable IR lasers. In particular the instrument should allow using the external IR light source in place of the traditional globar IR light source. 9. The instrument should be purged with dry air or nitrogen. 10. Computer (PC)-controlled with software included. 11. Device shall include at least 1 year warranty, installation and training. 12. Optional warranty for the following years. 13. The FTIR spectrometer must be commercially available and NOT a prototype. 14. The FTIR instrument must be new, NOT used or refurbished. 15. The FTIR instrument should have the option of rapid scan acquisition to record at least 110 spectra per second with a spectral resolution of 16 cm-1 and scanning speed range up to 320 kHz. The rapid scan device, electronics and dedicated software (if any) should be quoted apart and listed as optional. IR Microscope 16. The IR microscope should be provided as an accessory of the FTIR spectrometer described above. In particular, the IR microscope should rely on the IR source, beam splitter and interferometer of the FTIR spectrometer while one (or two) dedicated microscope detectors should be used for recording the micro-IR spectra. 17. The IR microscope should enable the collection of the optical overview image of the sample, the selection of a user defined measurement area and the subsequent micro-IR spectra acquisition. 18. The microscope should have a motorized stage to enable the acquisition of point by point IR spectra thus enabling IR-chemical mapping and the creation of chemical (IR) maps. 19. The microscope stage should move with 0.1 µm steps or smaller and have an accuracy of 0.1 µm or better. 20. The IR microscope should be equipped with a dedicated MCT detector operating in the 11700-850 cm-1 spectral range or larger and D* > 4 x 1010 cm∙Hz1/2∙W-1. 21. The microscope should be equipped with 15x IR transmission and reflection objective or similar. 22. The microscope should be equipped with an IR objective able to reduce the pixel size to half the wavelength of light at 3000 cm-1 for transmission and reflection experiments. In other words, the pixel resolution should be better than 1.5 µm to achieve 3 µm of lateral resolution in transmission and reflection at 3000 cm-1. The unmagnified pixel size should be 40 µm or smaller. 23. The vendor shall supply experimental evidence of the best lateral resolution achievable for chemical mapping for a wavelength in the 2800-3000 cm-1 range. Such chemical mapping should be carried out in the best available conditions in transmission or reflection configuration (NOT with an ATR objective, NOT with a grazing angle objective) using a MCT point detector, globar IR source and KBr beam splitter. Stronger consideration will be given to the instrument with the best lateral resolution (3 - 4 µm or smaller is preferred) in the conditions indicated above. 24. The microscope should be equipped with a germanium attenuated total internal reflection (ATR) objective that allows pixel resolution of 0.5 µm or better. The spatial resolution of the ATR objective should be better than 3 µm at 3000 cm-1. 25. Upgradability to parallel data acquisition technology such as focal planar array (FPA) that allows the simultaneous acquisition of more than 16000 spectra is preferred 26. Software for IR mapping must be included. 27. The FTIR microscope must be commercially available and NOT a prototype. 28. The FTIR microscope must be new, NOT used or refurbished. 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, demonstration of all specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD- Building 216. Training The contractor shall conduct training for up to six (6) users at NIST. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. 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 entire system for a period of at least one year. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. Delivery Delivery should be FOB DESTINATION and shall take place not later than 4 months after contract award. 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 (APR 2010) 52.219- 28 Post Award Small Business Program Representation 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3, Buy American Act - Free Trade Agreement - Israeli trade Act. 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. NIST Local Clause_04 Billing Instructions 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 July 1, 2011. FAX quotations shall not be accepted. E-mail quotations shall be accepted at Christopher.ganey@nist.gov. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Chris Ganey, 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 Chris Ganey, Contract Specialist on 301-975-6205. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and two 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 shall 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 two 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. 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. Technical Capability will be more important than Experience and Past Performance. All non-price factors, when combined, are approximately equal 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. Stronger Preference: Under the Technical Capability factor, stronger preference will be given: To the instrument with the highest signal to noise ratio in the conditions described above will be preferred. To the instrument with the best lateral resolution (3 - 4 µm or smaller is preferred) in the conditions indicated above. 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. 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. Past Performance, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. 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/NB620040-11-01773/listing.html)
 
Record
SN02493695-W 20110710/110708235110-355a001e025b53c3fb10b30bf5b394b6 (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.