Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2006 FBO #1620
SOLICITATION NOTICE

66 -- Cryogenic Adhesion Testing Platform

Notice Date
5/2/2006
 
Notice Type
Solicitation Notice
 
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, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0338
 
Response Due
5/15/2006
 
Archive Date
5/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS UNDER THE AUTHORITY OF THE FEDERAL ACQUISITION REGULATION (FAR) SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS, AND IS 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 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 2005-09. 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. Pursuant to the non-manufacturer rule, the manufacturer and distributor of this equipment must be a small business in accordance with the NAICS code identified above. For size purposes, there can be only one manufacturer of the end item being acquired. The manufacturer is the concern which, with its own facilities, performs the primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end item being acquired. The end item must possess characteristics which, as a result of mechanical, chemical or human action, it did not possess before the original substances, parts or components were assembled or transformed. The end item may be finished and ready for utilization or consumption, or it may be semifinished as a raw material to be used in further manufacturing. Firms which perform only minimal operations upon the item being procured do not qualify as manufacturers of the end item. The National Institute of Standards and Technology (NIST), Polymers Division, is developing metrology tools to probe the mechanics and failure of complex interfaces. These metrologies will probe the interface between polymers and metals, ceramics, and biomaterials. One metrology focuses on failure induced by biaxial stress generated when a bi-material is quenched from room temperature to cryogenic temperatures. Thus, a cryogenic system capable of ramping down to cryogenic temperatures is needed. The system must also be able to image the failure during this cooling step. The cryogenic system to be provided, must include temperature controllers, mass flow controllers, and a liquid nitrogen dewar. The measurement platform must be equipped with a fully integrated imaging system to detect failure as a function of spatial position across the sample. The software package must include a graphics user interface (GUI) for programming thermal cycling and quenching, image analysis routines and data handling and storage schemes. All responsible offerors shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each Cryogenic Adhesion Testing Platform meeting or exceeding all of the following required specifications: (1) Temperature: Range of minus 150 degrees C to 100 degrees C with a stability of plus or minus 0.5 degrees C, and an accuracy of plus or minus 0.1 degrees C; (2) Thermal Cycling: Minus 50 degrees C to 100 degrees C, number of cycles ranging from 1 cycle to at least 100 cycles; (3) Temperature Ramp Rate: Variable ramp rate (up/down) of 0.5 degrees C, minimum to 5 degrees C, minimum, with option for ramp-and-hold profiles; (4) Sample Size: Chamber must accommodate 4 inch diameter wafers or (4x4) inch squared plates, thickness 0.5mm to 5mm; (5) Imaging: Platform must have an imaging system (e.g. digital camera) capable of detecting individual delamination events on mELT samples with minimum dimensions of (5x5) mm squared and maximum dimensions of (50x50) mm squared; (6) Software: The Contractor shall provide software with the following capabilities: a. User interface must allow user to tailor the manufacturer?s program to the user?s particular analysis requirement. This must include a graphics user interface for programming thermal cycling and quenching, humidity cycling, image analysis routines, and data handling and storage schemes; b. Data Acquisition: Must collect and record image, temperature and time at 1Hz; c. Must save individual data and image files at a rate of 1 image/degree C with a time stamp; d. Must have automated detection and dimensional metrology of delamination structures without user intervention and with spatial resolution dictated by requirements identified under Specification 5, Imaging; e. Software must allow access to raw image and metrics data for off-line, user supplied, and analysis routines; f. Hardware and software must be run by a computer (WinXP, minimum 1.5 GHz processor, minimum 100 GB hard drive) and a flat panel monitor (minimum 17 inch). Computer and monitor shall be provided by the vendor. (7) Warranty: Warranty shall be a minimum of two (2) years. Warranty shall be on-site at NIST Gaithersburg, and include, at a minimum, all parts, labor and travel. LINE ITEM 0002: INSTALLATION: Installation shall include, at a minimum, unpackaging of all equipment, removal of trash, set-up and hook up of all equipment, turn-key operation and demonstration of all required specifications. LINE ITEM 0003: TRAINING: The Contractor shall schedule and facilitate training for 5-6 NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. The training may be completed on-site at NIST immediately after installation and demonstration of specifications. Delivery shall be FOB DESTINATION. Delivery and Installation shall be completed in accordance with the Contractor?s commercial schedule. 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 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 the equipment to NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD. Award shall be made to the quoter whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are equal in importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and clearly documents that the offered products meet or exceed the specifications stated above. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b)(10) and/or the offeror?s recent and relevant procurement history with NIST or its affiliates. The following provisions and clauses apply to this acquisition: The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (5) 52.219-6, Notice of Total Small Business Set-Aside; (7) 52.219-8, Utilization of Small Business Concerns; (9) 52.219-14, Limitations on Subcontracting; (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (24) 52.225-3, Buy American Act--Free Trade Agreement--Israeli Trade Act (JAN 2006); (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (31) 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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature; 3) Description of commercial warranty; (4) A list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-3571. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on May 15, 2006. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: Contractor's Site
 
Record
SN01038901-W 20060504/060502220241 (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.