Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

66 -- 193 nm excimer laser ablation (LA) system for solid phase geochronology by LA-IC

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G11PS00801
 
Response Due
8/24/2011
 
Archive Date
9/23/2011
 
Point of Contact
MELISSA Hutchison
 
E-Mail Address
mhutchison@usgs.gov
(mhutchison@usgs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION 193 nm excimer laser ablation (LA) system for solid phase geochronology by LA-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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number G11PS00801. This solicitation will utilize the policies contained in the Federal Acquisition Regulations (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is a 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. 0010 193 nm excimer laser ablation (LA) system for solid phase geochronology by LA-ICP-MS in accordance with the specifications listed in Section VI. Quantity 1 each (VI) Specifications for the 193 nm excimer laser ablation (LA) system for solid phase geochronology by LA-ICP-MS: Quotations shall provide technical details and pricing of: The instrument being offered to the USGS shall include spare parts, software, shipping, installation, and warranty. All equipment, software, and other options necessary to meet the specifications outlined below shall be included in the quotation. The installed LA system shall meet or exceed the following minimum specifications upon installation: 1) The LA system shall be a Class 1 laser product. 2) The sealed sample chamber shall be securable to plasma source of an ICP-MS. The sample chamber shall have a working area of at least 10 x 10 cm, able to accommodate >6 individual samples, and able to accommodate more than one type of sample support. The sample chamber shall have a demonstrable signal washout of <99% in 1 second. 3) 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. 4) The LA system shall be able to operate at a laser repetition rate of at least 50 Hz. 5) The system shall be equipped with a laser attenuator, including details of the attenuator operation. 6) The LA system shall provide USB and/or RS232 connectivity to the computer that controls both the LA and ICP-MS instruments. 7) The LA system shall generate at least 10 different laser spot sizes with a size range of 4 to 100 microns including both round and rectangular spots. 8) The LA system shall be a self-contained platform on wheels with all the necessary laser gas cylinders, vacuum pump(s), and halogen filter(s) contained in a sealed gas cabinet. 9) The LA system shall include a controller that is integrated within the user software for controlling the Helium flow within the sample chamber. 10) The LA system shall provide a high quality real-time image of the sample in transmitted (plane and polarized light) and reflected light. The imaging system shall allow resolution of features within geological samples as small as 5 micrometers. 11) The LA system shall provide a software-controlled interface controlling the nitrogen flow path. Information about how the nitrogen is controlled shall be provided. 12) The LA system shall be equipped with a 100 mm x 100 mm XY stage. Information about the stage and sample chamber options shall be provided by the vendor. 13) Software controlling the LA system shall include future upgrades free of charge. Software shall have the ability to program multiple spots, lines, and grids as an integral part of a computer-controlled analytical setup. The vendor shall provide an operating manual for the software. Offeror shall include the companys technical brochure, referencing the specific equipment referenced in the specifications above. (VII) Required delivery by March 1, 2012. Place of delivery is USGS Denver Federal Center, Building 21, 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, and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Proposals submitted in response to this solicitation will be evaluated upon the non-price or non-cost factors, which are listed in descending order of importance with Factor A and B being comparable in weight, and Factor C being approximately one-half the value of Factor A and B. Factor (A) Demonstrated technical merit for isotope ratio laser ablation analyses: The offeror shall provide technical reports that have been published, showing the use of the quoted system. Factor (B) Demonstrated ability of the proposed equipment to exceed the minimum technical specifications. Proposed equipment that exceeds the minimum specifications will be viewed more favorably. Factor (C) Past Performance (quality, timeliness, and business relations): The offeror shall submit references from two (2) customers that have purchased similar equipment within the last five years. Offerors shall provide a point of contact name, phone number, email address and company address for those references. Statements by past clients may be used in the evaluation of the vendor's technical quote under any and all applicable evaluation criteria. Any information obtained by the Government from references outside the vendor's quote may be used in a similar manner. 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. (X) The offeror shall 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 (Jun 2010), 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 (May 2011) 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).(21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755).(25) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).(27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).(28) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).(29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).(30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).(36) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513).(37) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). look at prescription to determine if applicable (45) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (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 this/these address(s): http://www.acquisition.gov/far/http://www.doi.gov/pam/aindex.htmlThe clauses are incorporated by reference, and their terms and conditions apply:52.204-7 Central Contractor Registration (Apr 2008)52.214-34 Submission of Offers in the English Language (Apr 1991)52.214-35 Submission of Offers in U.S. Currency (Apr 1991)52.232-18 Availability of Funds (Apr 1984)52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)52.246-17 Warranty of Supplies of a Noncomplex Nature (June 2003)1452.203-70 Restriction on Endorsements--Department of the Interior (July 1996) Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP). (APR 2011)Beginning May 1, 2011, payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). Payment terms for existing contracts and orders awarded prior to May 1 remain the same. The Contractor must use IPP for contracts and orders awarded May 1 and later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to May 1. "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. GS1305 Contractor Performance Assessment Reporting System (CPARS). (JUL 2010) (a) FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. (b) The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. (c) We request that you furnish the Contracting Officer with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official. The report information must be protected as source selection sensitive information not releasable to the public. (d) When your Contractor Representative(s) (Past Performance Points of Contact) are registered in CPARS, they will receive an automatically-generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at http://www.cpars.csd.disa.mil/. The CPARS User Manual, registration for On Line Training for Contractor Representatives, and a practice application may be found at this site. (e) Within 60 days after the end of a performance period, the Contracting Officer will complete an interim or final past performance evaluation, and the report will be accessible at http://www.cpars.csd.disa.mil/. Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment. Comments are limited to the space provided in Block 22. Your comments should focus on objective facts in the Assessing Official's narrative and should provide your views on the causes and ramifications of the assessed performance. In addition to the ratings and supporting narratives, blocks 1 - 17 should be reviewed for accuracy, as these include key fields that will be used by the Government to identify your firm in future source selection actions. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating "No comment" in Block 22, and then signing and dating Block 23 of the form. Without a statement in Block 22, you will be unable to sign and submit the evaluation back to the Government. If you do not sign and submit the CPAR within 30 days, it will automatically be returned to the Government and will be annotated: "The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment." Your response is due within 30 calendar days after receipt of the CPAR. (f) The following guidelines apply concerning your use of the past performance evaluation: (1) Protect the evaluation as "source selection information." After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the Contracting Officer for instructions. (2) Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control. (3) Prohibit the use of or reference to evaluation data for advertising, promotional material, preaward surveys, responsibility determinations, production readiness reviews, or other similar purposes. (g) If you wish to discuss a past performance evaluation, you should request a meeting in writing to the Contracting Officer no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 30-day review period. (h) A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. FISMA - Work Statement Attachment - Information Technology Security Requirements Summary 1. Background Investigation: N/A2. Non-disclosure Agreement: N/A3. Training: N/A4. Personnel Changes: N/A 5. Contractor Location: N/A6. Applicable Standards: N/A7. Security Categorization: N/A8. Property Rights: The Government shall be granted unlimited rights in software or data produced hereunder as described in FAR clause 52.227-17, Rights in Data Special Works, incorporated by reference herein9. Independent Verification and Validation (IV & V):N/A 10. Certification & Accreditation: N/A11. Internet Logon Banner: N/A 12. Incident Reporting: N/A13. Quality Control: All software and hardware shall be free of malicious code such as viruses, Trojan horse programs, worms, spyware, etc.14. Self Assessment: N/A15. Vulnerability Analysis: N/A16. Logon Banner: N/A17. Security Controls: N/A18. Contingency Plan: N/A (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 24, 2011. The preferred (not required) method of quotation submission is through FedConnect. Quotes may be emailed to mhutchison@usgs.gov. Quotes may also be mailed to the attention of Melissa Hutchison at U.S. Geological Survey, P.O. Box 25046, MS204A, DFC, Denver, CO 80225. Overnight mail must also include the following information: Denver Federal Center, Bldg 53, Entrance S-1, MS 204A. (XVI) Any questions regarding this solicitation should be directed to Melissa Hutchison, 303-236-9319, mhutchison@usgs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G11PS00801/listing.html)
 
Record
SN02528171-W 20110812/110810234706-017fe79c2600b472150b4328d7f42307 (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.