Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
MODIFICATION

66 -- Super-Mirrors

Notice Date
7/23/2004
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
SB1341-04-Q-0739
 
Response Due
9/7/2004
 
Archive Date
9/22/2004
 
Point of Contact
Jennifer Roderick, Contract Specialist, Phone 301-975-8173, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
Jennifer.Roderick@nist.gov, Patrick.Staines@nist.gov
 
Description
This hereby amends this solicitation to add information. Below is the revised combined synopsis/solicitation. 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 solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. *** 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 requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for two (2) each, Super-Mirror Guides, NCNR drawings 038-2491 and 038-2497, to be used at the NIST Center for Neutron Research at NIST, Gaithersburg, MD. *** ***All interested offerors shall provide a quote for the following line item: Line Item 0001: The Contractor shall furnish Two (2) each, Super-Mirrors, NCNR Drawing 038-2491, and Line Item 0002: Two (2) each, Super-Mirrors, NCNR Drawing 038-2497. The super-mirrors shall meet or exceed the following specifications: (1) The super-mirror layer sequence shall be selected to yield a reflectivity profile satisfying the following requirements: (a) Upper critical wave vector shall be at least 3.5 times larger than the upper critical wave vector for natural nickel, which is 0.022 inverse Angstrom, (b) Reflectivity at the critical wave vector transfer shall exceed 65 percent, (c) Reflectivity for wave vector transfer less than the critical wave vector for natural nickel shall exceed 96 percent, (d) The average reflectivity for wave vector transfer below critical wave vector shall exceed 80 percent; (2) The substrate material, glass, shall have a boron isotope number 10 content that is maximized and exceeds 4.0 E plus 20 boron isotope 10 atoms per cubic centimeter (This corresponds to 2.0 E plus 21 boron atoms per cubic centimeter with the naturally occurring isotopic distribution); (3) The super-mirrors shall perform according to the guaranteed reflectivity profile for 10 years in a thermal neutron flux of 5.0 E+08 neutrons per cm squared per second; and (4) Super-mirrors shall meet the dimensional requirements of NCNR drawings 038-2491 and 038-2497. ***Instruction to Offerors: Prior to award, the Contractor shall submit the following: (1) Propose one or more thin layer sequences (element and isotopes) with guaranteed reflectivity profiles; (2) Propose the elemental and isotopic composition of the substrate glass; (3) Submit mirror test samples corresponding to the proposed thin layer sequences, (a) The mirror test samples shall have lateral dimensions of 50 mm plus or minus 1 mm x 80 mm plus or minus 1 mm and the thickness shall be 13 mm plus or minus 1 mm, (c) No markings on the super-mirror test samples are permitted, and (d) Test samples will not be returned to offerors. Quotes that do not contain a super-mirror sample that meets or exceeds the technical performance specifications listed in this solicitation will not be considered for award. *** Delivery shall be FOB DESTINATION and be completed not later than January 17, 2005. ***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 un-coated back of the super-mirrors shall be marked with the vendor name, item identification and contract number. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** *** Inspection and Acceptance: Inspection and acceptance testing will be completed within 15 days after delivery of supplies. The four super-mirrors shall be subjected to test measurements identical to those performed on the proposal samples at the NCNR. The test measurements will be completed by NIST personnel in Gaithersburg, Maryland. The measurements on the delivered super-mirrors will determine whether the quoted items meet the required specifications. The following test measurements will be performed with four-Angstrom neutrons; (1) The reflectivity profile will be measured; and (2) The perpendicular transmission will be measured. The acceptance criteria associated with each test measurement will be as follows: (1) The reflectivity will match or exceed the proposed reflectivity profile and satisfy the specific relativity requirements listed in the specification set forth in this combined synopsis/solicitation; and (2) The transmission through the super-mirrors at normal angel of the incidence shall be consistent with the stated elemental composition. Mirrors that fail to meet the performance specifications or the NCNR drawings will be rejected and returned to the contractor for repair or replacement at no additional cost to the Government. **** Award shall be made to the Contractor who provides equipment, meeting all of the required technical specifications, at the lowest price. ***The following provisions apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. *** ***The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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: (13) 52.222-3, Convict Labor; (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22)(i) 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act; (ii) Alternate I of 52.225-3; (24) 52.225-13, Restrictions on Certain Foreign Purchases; (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 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. All clauses may be viewed at www.acqnet.gov. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and one or more super mirror samples; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov. *** ***All quotes must be received not later than 3:00 PM local time, on September 7, 2004 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. 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 must be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus must assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested you?re your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving - Building 301, Gaithersburg, Maryland
Zip Code: 20899-3571
Country: USA
 
Record
SN00629314-W 20040725/040723211834 (fbodaily.com)
 
Source
FedBizOpps.gov 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.