SOLICITATION NOTICE
66 -- Zetasizer Nano-S Light Scattering Instrument
- Notice Date
- 4/16/2007
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SB1341-07-RQ-0133
- Response Due
- 4/30/2007
- Archive Date
- 5/15/2007
- 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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 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 (FAC) 2005-15.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** ***Line items 0001-0004 are BRAND NAME or EQUAL requirements. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency?s needs.*** ***The National Institute of Standards and Technology is seeking to purchase of a Malvern Instruments Zetasizer Nano-S Research Instrument Part # ZEN1600 or EQUIVALENT. The Instrument must include the below components or EQUIVALENT. Refurbished/Remanufactured items will not be considered.*** ****All interested Contractor?s shall provide a quote for the following: Line Item 0001: Quantity One (1) Malvern Instruments Zetasizer Nano-S, Part ZEN1600, or EQUIVALENT, with the following salient characteristics: 1) Must be a combination of dynamic, static, and electrophorectic light scattering instrument for particle sizing, molecular weight, and zeta potential analysis; 2) Must include a 4mW 633 He-Ne Laser; 3) Size Range: 0.6nm to 6 microns 4) Concentration Range: 0.1 ppm to 40 wt percent maximum; 5) Molecular Weight Range: 1 x 10E3 to 2 x 10E7 6) Temperature Range: 2 degrees Celsius minimum, 90 degrees Celsius maximum; 7) Detector Angles: 173 degrees sizing, 12 degrees zeta potential; 8) Minimum sample volume: 12 microliters; 9) Must be compatible with Windows 2000 pro and XP pro operating systems; 10) Must be software compliant with FDA 21 CFR 11 regulations. Line Item 0002: Quantity One (1) Malvern Instruments Option for flow mode operation, Part Number ZEN9064, or EQUIVALENT, with the following salient characteristics: 1) The instrument must include a optional flow-mode accessory to allow for on-line use with size exclusion chromatography; 2) Must be able to enable 1 to 2 external detectors and remote measurement start; 3) Must include an external connection cable, flow cell, fitting for cell, and 1.5m PEEK tubing, 1/16 inch o.d., 0.1mm i.d. Line Item 0003: Quantity One (1) DELL Mini Tower Computer with U.S. specific keyboard and operating system, or EQUIVALENT, with the following salient characteristics: 1) Must include Windows XP, 2) Must have a 2.26GHz Intel Pentium IV Processor with 512K Cache, 512Mb RAM, 80Gb HDD, CD-RW, 3.5 inch 1.44MD Floppy Drive. 3) Must be complete with Mouse, Keyboard, Internal V90 56K PCI Modem and 17 inch Flat Panel Monitor. 4) Must include a minimum of 2 serial ports and a minimum of 1 full-length PCI slot and USB connection. 5) Must be 580 compliant. Line Item 0004: Quantity One (1) Hewlett Packard Deskjet 5940 Inkjet Photo Printer, or EQUIVALENT. ***The Contractor shall state the warranty coverage provided for the instrumentation.*** ***Delivery shall be provided not later than 4-6 weeks after receipt of an order and installation shall be no later than 30 days after delivery. 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 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** 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, 3) Past Experience, and 4) Price. Technical capability, past performance, and past experience shall be equal to price. If Technical Capability, Past Performance, and Past Experience, when combined are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. 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 with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. Past Experience The Contractor shall describe their past experience performing similar work, explain how their experience is relevant to this project and how their experience will ensure successful completion of the project. Past Performance, Past Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** 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: 52.204-7 Central Contractor?s Registration (CCR) Database; 52.211-5 Brand Name or Equal; 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 with Disabilities; (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); (25) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Act (NOV 2006), ALTERNATE I; (26) 52.225-13 Restriction on Certain Foreign Purchases; (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 of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s), 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address, and 6) A description of relevant past experience.*** ***All quotes shall be received not later than 3:30 PM local time, on April 30, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. 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 shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. 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 shall 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 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 shall 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. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
- Zip Code: 20899-1640
- Country: UNITED STATES
- Zip Code: 20899-1640
- Record
- SN01274086-W 20070418/070416220220 (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 |