Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2006 FBO #1661
SOLICITATION NOTICE

66 -- Semiconductor X-Ray Detector

Notice Date
6/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture 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
Reference-Number-06-842-1211
 
Response Due
6/21/2006
 
Archive Date
7/6/2006
 
Description
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 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 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 339111, with a small business size standard of 500. This acquisition is being procured using full and open competition. The National Institute of Standards and Technology (NIST) has a requirement for one (1) Semiconductor X-Ray System and accessories. LINE ITEM 0001: Quantity one (1) each Semiconductor X-Ray Detector meeting all of the following required specifications: 1.) This device shall be a semiconductor X-ray detector with efficiency greater than or equal to 80% in the range 0f 10 keV to 70 keV; 2.) There shall be no requirement for liquid nitrogen or helium cooling; 3.) The detector shall have a maximum dimension of 4 inches; 4.) Linewidth resolution shall be better than 500 eV full-width half-maximum at 22 keV; 5.) Detector dark counts shall be less than 0.01 per sec over the range of 10 keV to 1 MeV; 6.) Power cable connecting electronics with detector shall be 5 ft. or longer. LINE ITEM 0002: Quantity one (1) each Digital Pulse Processor, Multi Channel Analyzer and Power Supply meeting all of the following required specifications: 1.) This device shall integrate the power supply for the detector, the preamplifier for the signals from the detector and a multi channel analyzer; 2.) Trapezoidal shaping with shaping time settings is required to optimize performance; 3.) High count rate capability with baseline stability, throughput, and pile up rejection required. LINE ITEM 0003: Quantity one (1) each Collimator System with Detector Alignment Capability meeting all of the following required specifications: 1.) Collimator shall provide variable apertures sizes for limiting flux incident on the detector; 2.) Collimator kit shall contribute to reproducibility of detector positioning by easy alignment with integrated laser alignment and mounting system. Delivery 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 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. Delivery shall be completed in accordance with the contractor?s commercial schedule. Award shall be made to the quoter who meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation and quotes the lowest price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. The full text of the FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provision applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items. The following clauses apply to this acquisition: 52.204-7 Central Contractors 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: (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 (19)52.222-36, Affirmative Action for Workers w/Disabilities (23)52.225-1, Buy American Act-Supplies (26)52.225-13, Restrictions on Certain Foreign Purchases (31)52.232-33, Payment by Electronic Fund 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 Line Item 0001. 2). Two (2) originals of technical description and/or product literature. All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 2:00 p.m. local time on June 21, 2006. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES
 
Place of Performance
Address: 100 Bureau Drive, MS 1640, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN01067690-W 20060614/060612220206 (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.