Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

66 -- COLD NEUTRON IMAGING SAMPLE MANIPULATION SYSTEM

Notice Date
8/26/2011
 
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
NB682030-11-03948
 
Archive Date
9/21/2011
 
Point of Contact
Judy K. Pace, Phone: 3019752752, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
judy.pace@nist.gov, patrick.staines@nist.gov
(judy.pace@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Commerce, National Institute of Standards and Technology (NIST) has a requirement for a Cold Neutron Imaging Sample Manipulation System to be used in the Ionizing Radiation Division at NIST, Gaithersburg, MD 20899. 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 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) 2005-53 (Effective 4 Aug 2011) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the contract specialist. 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) All offerors shall provide a quotation for the following line items: LINE ITEM 0001: ONE (1) NON-MAGNETIC 5203.20 AXIS, TILT LINE ITEM 0002: ONE (1) NON-MAGNETIC Model 410, YAW LINE ITEM 0003: ONE (1) NON-MAGNETIC 5102.40 MODEL XY STAGE, (travel plus/minus 15 cm) BACKGROUND The planned cold neutron imaging facility will require a 5-axis sample manipulation system to enable positioning samples in the beam and permitting tomography of samples. One focus area of the cold imaging facility will be the study of magnetic materials, requiring that the sample manipulation stages introduce minimal magnetic field distortions. Minimum Specifications: 1. The stages must be fabricated from non-magnetic material such that the magnetic permeability around the stage surface is less than 1.01 that of the permeability of vacuum, as determined by for instance ASTM A342 / A342M - 04 Standard Test Methods for Permeability of Feebly Magnetic Materials Test Methods 1 and 2. Motors are excluded from the magnetic permeability test. 2. There will be 5 axes of motion, stacked from top to bottom: yaw (rotary stage), pitch and roll (2 axis swivel or tilt), and two horizontal translations. 3. Rotary stage 3.1. The stage will be able to rotate through an infinite angle 3.2. The stage will have a load bearing capacity of at least 1000 N 3.3. The stage will be driven by a standard sized 2-phase stepper motor with maximum current draw less than 3 A and have an additional hand knob to enable manual positioning 3.4. The stage will have a mounting surface diameter of at least 10 cm but less than 15 cm 3.5. The stage will have a resolution equal to or less than 0.002 degrees, a repeatability equal to or less than 0.001 degrees 3.6. The stage will be mounted on top of the 2-axis tilt stage 4. 2-axis tilt assembly 4.1. The tilt stage will have a rotation range of at least +/- 10 degrees in both axes 4.2. The tilt axes will be orthogonally oriented to one another 4.3. The load bearing capacity will be at least 700 N 4.4. The stages will each be driven by a standard sized 2-phase stepper motor with maximum current draw less than 3 A and have an additional hand knob to enable manual positioning 4.5. The top of the stage will have mounting points for the rotary stage 4.6. The resolution of the stages will be equal to or less than 0.005 degrees and the repeatability will be equal to or less than 0.001 degrees 4.7. The stage will be mounted on the 2-axis translation stage 5. 2-axis horizontal translation assembly 5.1. Both axes will have a travel range of +/- 15 cm or more 5.2. The translation axes will be orientated orthogonally to one another 5.3. The load bearing capacity will be at least 2000 N 5.4. The stages will have an accuracy of less than 5 micrometers, a repeatability of less than 3 micrometers 5.5. The translation stages will each be driven by a standard sized 2-phase stepper motor with maximum current draw less than 3 A and have an additional hand knob to enable manual positioning 5.6. The top of the stage will have mounting points for the 2-axis tilt assembly The system shall meet or exceed the technical specifications identified below. Delivery Delivery terms shall be FOB Destination. The contractor shall deliver to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Delivery Time: 8 Months After Receipt of Order 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: Technical Capability and Price. The non-price factor is more important than price. 1. Technical Capability: 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 and include product literature or technical information to support it, NIST will determine that it does not. No prototypes, demonstration models, used or refurbished instruments will be considered. 2. Price: The Government will evaluate price for reasonableness. 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. 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APR 2010) The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and non-price factors. 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 (AUG 2011) - including subparagraphs: 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 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; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.247-34 F.O.B. Destination 1352.201-70 Contracting Officer's Authority 1352.209-73 Compliance with the Laws 1352.209-74 Organizational Conflict of Interest 1352.246-70 Place of Acceptance (APR 2010) (a) Authorized representatives will accept supplies to be provided under this contract. (b) The place of acceptance will be: 100 Bureau Drive Bldg. 235, Gaithersburg, MD 20899 (End of clause) 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. Addendum to FAR 52.212-1, Quotation Preparation Instructions All Vendors shall submit the following: 1) Price Quotation: The offeror shall submit an original and one copy 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 of the CLINs. Contractor shall state express warranty coverage. Price quotations shall remain valid for a period of 30 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and one copy 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 salient characteristic 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. 3) A current copy of the Contractor's price list or catalog pages that contain pricing for the equipment defined within the Contractor's quotation. Acceptance of Terms and Conditions (Addendum to FAR 52.212-1(b) (11)): 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. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 4:00 p.m. Eastern Time on Tuesday, September 6, 2011. FAX quotations shall not be accepted. E-mail quotations shall be accepted at judy.pace@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Judy Pace, 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 Judy Pace, Contract Specialist on 301-975-2752. 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/NB682030-11-03948/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02551454-W 20110828/110826235557-fb7ce3dd20c77e886d9bf03d56df2ec7 (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.