Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4, 2001 PSA #2864
SOLICITATIONS

66 -- X-RAY DIFFRACTOMETER SYSTEM

Notice Date
May 31, 2001
Contracting Office
Department of Commerce, National Institute of Standards and = Technology (NIST), Acquisition and Logistics Division, 100 Bureau = Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, = 20899-3571
ZIP Code
20899-3571
Solicitation Number
SB1341-01-Q-0702
Response Due
June 14, 2001
Point of Contact
Anita Tolliver, Contract Specialist, Phone (301) 975-6308, Fax = (301) 975-8884, Email anita.tolliver@nist.gov -- Pauline Mallgrave, = Supervisory Contract Specialist, Phone (301) 975-6330, Fax (301) = 975-8884, Email pauline.mallgrave@nist.gov
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. THE AWARD WILL BE MADE USING = SIMPLIFIED ACQUISITION PROCEDURES UNDER THE TEST PROGRAM FOR CERTAIN = COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). = The solicitation document and incorporated provisions and clauses are = those in effect through Federal Acquisition Circular 97-25. The = associated North American Industrial Classification System (NAICS) code = for this procurement is 334516 with a small business size standard of = 500 employees. However, this acquisition is unrestricted and all = interested offerors may submit a quote. The National Institute of = Standards and Technology (NIST) has a requirement for an X-Ray = Diffractometer System. All interested offerors shall provide a quote = for the following line items: Line Item 0001: X-Ray Diffractometer = System, Quantity: one (1) each. The x-ray diffractometer system shall = meet the specifications as stated in Attachment I, which is located at = http://www.fedbizops.gov/ under RFQ Number SB1341-01-Q-0702. Line Item = 0002, The Contractor shall provide a complete description of interfaces = between the controlling computer and the diffractometer, including all = the commands, responses and error codes required to communicate with = and operate the diffractometer and x-ray generator, Quantity: one (1) = each. Line Item 0003: Operator, maintenance, and hardware manuals for = the x-ray diffractometer, Quantity: one (1) set. Line Item 0004: = Delivery FOB Destination: 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 of the shipment by the consignee at the = delivery point specified in the contract; and pay and bear all charges = to the specified point of delivery. The contractor shall deliver all = line items FOB Destination, to NIST, Building 301, Shipping and = Receiving, Gaithersburg, MD 20899-0001. Delivery shall occur within = 120 days or less after receipt of the purchase order. Line Item 0005: = Installation: The Contractor shall provide on-site installation at = NIST, Gaithersburg, Maryland to be performed within 7-10 days from = delivery, Quantity: one (1) job. Line Item 0006: a) Capability = Demonstration: After the Contractor has installed and set-up the = system, the Contractor shall perform a capability demonstration. The = capability demonstration shall be performed with 5 days from = installation. The capability demonstration shall include the = following: (1) A demonstration that the x-ray diffractometer system = shall perform all the specifications identified in the Government = specifications provided in Attachment I. And (2) Demonstrate = performance using NIST Standard Reference Material (SRM) 1976 for = relative intensities and SRM 660 for 2-theta zero setting. The SRMs = are available upon request; however, the offeror is responsible for = picking the materials up in person or the shipping costs for delivery. = Please contact Anita Tolliver at (301) 975-6308 if you require copies. = b) If the system does not perform all the specifications during the = capability demonstration, the Contractor shall replace the system or = take actions necessary so the Government's specifications are met. = Either of which shall be completed within a mutually agreed upon time = frame between the Government and the Contractor. If after this action, = the system still does not meet the specifications of the Government, = the Government may take necessary actions in accordance with FAR Clause = 52.212-4(m) Termination for cause. c) After successful completion of = the capability demonstration, the Contractor shall submit an invoice, = which will be paid in accordance with the Prompt Payment Act. Line = Item 0007: Training: The Contractor shall provide on-site operator = training on the installed system and cover all the information = necessary to operate the system. The Contractor shall provide = individualized extensive training on the operation of the system for a = minimum of four (4) days at the Contractor's Application Laboratory for = one NIST employee. Please state in your quote the items included in = this training. The Government will be responsible for all travel costs = for the training at the Contractor's laboratory. The training shall = take place within 60 days after delivery. Line Item 0008. The = Contractor shall provide a minimum 12-month warranty on all parts and = labor from the date of acceptance. The Contractor shall provide a = minimum 5-year warranty on all parts and labor on the goniometer from = the date of acceptance. Warranty shall begin after the successful = completion of the capability demonstration as described under Line Item = 0006. Line Item 0009: (Option Line Item) V-Groove Monochromator, Beam = Compressor/Expander including all manuals. The specifications for the = V-Groove Monochromator, Beam Compressor/Expander shall be as follows: A = single Germanium crystal with a V-shaped groove for an asymmetrical = Cu-radiation 2 bounce Ge 022 reflection. This monochromator shall = provide a 1:5 beam compression of a 5:1 beam expansion. The full width = half maximum of the x-ray beam generated by this monochromator shall be = no more than .006 degrees as measured on a Si crystal 004 reflection. = For this option line item, please specify in the quote the delivery = time and warranty for this item. Delivery for the option line item = shall be FOB Destination as described in Line Item 0004. The = Government will award a purchase order resulting from this combined = synopsis/solicitation to the responsible offeror whose quotation, = conforming to this synopsis/solicitation, will offer the best value to = the Government, price and other factors considered. The following will = be used to evaluate quotations: 1) Technical capability to meet agency = need; 2) Past Performance and 3) Price. Technical capability and past = performance when combined are more important than price. The provision = at 52.212-1, Instructions to Offerors-Commercial Items applies to this = acquisition. The clause at 52.212-4, Contract Terms and = Conditions-Commercial Items applies to this acquisition. The clause at = 52.212-5, Contract Terms and Conditions applies to this acquisition, = including subparagraphs: (1) 52.203-6. Restrictions on Subcontractor = Sales to the Government, with Alternate I; (11) 52.222-21, Prohibition = of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) = 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the = Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with = Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans = and Veterans of the Vietnam Era; (18)(i) 52.225-3, Buy American = Act-North American Free Trade Agreement-Israeli Trade Act-Balance of = Payments Program; (21) 52.225-15, Sanctioned European Union County End = Products; (23) 52.232-33, Payment by Electronic Funds Transfer-Central = Contractor Registration; 52.217-5, Evaluation of Options, and 52.217-7 = Option for Increased Quantity-Separately Priced Line Item. The = Contracting Officer may exercise the option by written notice to the = Contractor within one year from purchase order award. The Department = of Commerce Agency-Level Protest Procedures Level Above the Contracting = Officer also apply to this acquisition and can be downloaded at = www.nist.gov/admin/od/contract/agency.htm. All offerors shall submit = an original and two (2) copies of the following: 1) A quotation which = addresses Line Items 0001 through 0009; 2) Technical description and/or = product literature; 3) The most recent published price list(s); 4) A = list of two (2) contracts/purchase orders completed during the past = three years for similar equipment with the following information: Name = of contracting activity, contract number, contract type, total contract = value, contracting office, and telephone number, and program manager = and telephone number; 5) A completed copy of the provision at 52.212-3, = Offeror Representations and Certifications-Commercial Items which may = be downloaded at www.arnet.gov/far. All offers should be sent to the = National Institute of Standards and Technology, Acquisition and = Logistics Division, Attn: Anita Tolliver, Building 301, Room B129, 100 = Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Submission must = be received by 3:00 p.m. local time on June 14, 2001. Faxed offers = will not be accepted. =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOC/NIST/AcAsD/SB1341-01-Q-0702/listing.html=)
Record
Loren Data Corp. 20010604/66SOL002.HTM (D-151 SN50N611)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on May 31, 2001 by Loren Data Corp. -- info@ld.com