Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

66 -- NB731030-12-01872 Spectrometer

Notice Date
5/4/2012
 
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
NB731030-12-01872
 
Archive Date
7/31/2012
 
Point of Contact
Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@nist.gov, chon.son@nist.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-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 DOCUMENT WILL NOT BE ISSUED. THIS ACQUISITION IS BEING PROCURED UTILIZING 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 2005-58. 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 being procured as a total small business set-aside. The National Institute of Standards and Technology (NIST), Materials and Structural Systems Division, requires an Acoustic and Electroacoustic Spectrometer to measure the zeta potential and particle size for concentrated suspensions such as suspension of cement in water. All items must be new. Used or remanufactured equipment will not be considered for award: Line Item 0001: Quantity One (1) each, Acoustic and Electroacoustic Spectrometer that must meet or exceed the following minimum specifications. 1. The system and all accessories should be a commercially available instrument with proven (reference) track of performance. 2. The instrument must be fully controlled and programmable by a computer: computer and software must be included. Software must allow data calculation. The computer must be able to be connected to an internet network. All data should be recorded in such a way that the output files are easily readable and exportable to spreadsheet software such as Excel 3. The instrument should be capable to measure the Zeta potential and the particle size distribution of aqueous suspensions up to 40% concentration (up to 40 %). The principle of operation should be by acoustic and electroacoustic spectrometer. Ideally both CVP (Ultrasonic vibration potential) and ESA (Electrokinetic Sonic Amplitude) could be selected. Parameters to be considered (widest range desired) a. Range of particles size to be calculated 0.007-10 micrometer s (knowing that the cement particle size range is usually from 0.1 to 110 micrometers) b. Frequency range 1-100 MHz c. Zeta potential accuracy 0.1 d. pH 0.5-13.5 ± 0.1 (cement suspensions are basic) 4. The sample container should accommodate volumes of: 20 mL to 110 mL with the option to use a pump for circulating the suspension during the measurements 5. The sample volume fraction (%) could be 0.1 to 50 6. Dismounting specimen holder for cleaning should be easily done with minimum tools usage. 7. Device to ensure that no sedimentation occurs for instance having an external pump that keeps the suspension in circulation. 8. Temperature should be controlled between 10°C - 60 °C ± 0.1 °C. As needed, a water bath should be included in the quote unless another method of temperature control is used Line Item 0002: Warranty The Contractor shall provide, at a minimum, a one year warranty period for the system, to include technical support, via telephone. Any warranty work required shall be completed on-site at NIST or at the Contractor's site, at the discretion of the Contractor. All costs and responsibilities associated with parts, labor, travel and shipping shall be covered under the warranty. The warranty shall commence upon final acceptance by the Government. Line Item 0003: Installation The Contractor shall provide installation and testing for the system and software. Installation shall be completed on-site at NIST Gaithersburg and shall include, at a minimum, uncrating/un-packaging of all equipment, set-up and hook-up of the system, turn-key start up including all testing of the system and software, and demonstration of all performance specifications. Line Item 0004: Training The Contractor shall schedule and facilitate one (1) training session for NIST personnel (up to 5 NIST personnel) on-site at NIST in Gaithersburg, MD. The training shall provide a thorough demonstration of all equipment functions, maintenance, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, however, not later than 30 days after successful completion of installation and demonstration of performance specifications. Installation and training shall be scheduled in advance with the NIST Technical Contact to be identified at the time of award. Option Line Items Line Items 0005 through 0007 are optional line items for additional items. The Contractor must provide pricing for all option line items. The prices quoted for the option line items shall remain in effect in accordance with the time periods specified herein. The Government may exercise option line items, at its discretion, or at any time during the timelines specified herein. Reference FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Items. The following individual items should be included in the quote and would be considered individually as part of the quote (Itemize): Line Item 0005: Quantity One (1) each: Conductivity sensor to measure the electric conductivity of an aqueous system: range of at least 10-3 S/m -10 S/m Line Item 0006: Quantity One (1) each: Titration system for the addition of chemical admixtures into the cement suspension fully controlled by the computer system. Line Item 0007: Quantity One (1) each: Sensor/system with the capability to perform Rheological measurement for Newtonian liquid by high frequency stimuli Other Functionalities Quoters are encouraged to provide, for NIST's consideration, any suggestions of other properties that could be measured with the same instrument using an added device. DELIVERY REQUIREMENTS Delivery, installation, training, and demonstration of performance specifications shall be in accordance with contractor's commercial schedule. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. FINAL ACCEPTANCE (See also FAR 52.212-4(a)) Final acceptance shall be provided upon successful completion of all of the following: Delivery, installation, training and demonstration of all performance specifications. Evaluation Factors Award shall be made to the Contractor whose quote 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 factor "Meeting or Exceeding the Requirement", 2) Past Performance, and 3) Price. Technical capability and past performance, when combined, shall be approximately equal to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. A) 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 requirements. Quotations that do not demonstrate that the proposed equipment meets all requirements will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Note: If an offeror does not indicate whether its proposed equipment meets a certain technical requirement, NIST will determine that it does not. B) Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor's history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history. Offerors should provide a list of 3-5 references to whom the same or similar equipment has been provided within the past 3 years. Past performance references must include the company/organizations name, contact person, phone number, and e-mail address. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. REQUIRED SUBMISSIONS 1. All vendors shall submit the following to Willie Lu, Contract Specialist at willie.lu@nist.gov: 1) An electronic version of a quotation which addresses all of the above items; 2) Technical description, specifications, and/or product literature; and 3) Description of commercial warranty; 2. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "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" 3. The country of origin for the proposed system. Offeror shall list exception(s) and rationale for the exception(s) Please note that 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. All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on Monday, May 14, 2012. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must 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. The following clauses apply to this acquisition: 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 including subparagraphs: 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; 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, FOB Destination; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB731030-12-01872/listing.html)
 
Place of Performance
Address: 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02739897-W 20120506/120504235558-676e86ae38081a19ff537031826d8c81 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.