Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

66 -- High Energy Detector

Notice Date
7/3/2007
 
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
20899-1640
 
Solicitation Number
SB1341-07-RQ-0281
 
Response Due
7/16/2005
 
Point of Contact
Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884, - Todd Hill, Contracting Officer, Phone 301-975-8802,
 
E-Mail Address
carol.wood@nist.gov, todd.hill@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. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 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 05-17. 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 unrestricted and all interested offerors may submit a quote. This requirement is for the purchase of a High Energy Detector, Varian Model PAXSCAN 2520, modified to meet the technical needs of the National Institute of Standards and Technology (NIST), Center for Neutron Research (NCNR), Neutron Imaging Facility. The Neutron Imaging Facility within the NIST/NCNR is a national resource which provides users from Industry, National Laboratories, and Academia the most advanced neutron radiography capabilities in the world. In addition, the facility provides testing capabilities to users to test hydrogen fuel cells in situ with the neutron radiography capability. The facility operates 24 hours a day 7 days a week during reactor cycles. The Neutron Imaging Facility is used by NIST, as well as major automotive companies and other industries, for considerable amounts of proprietary and non-proprietary research. Its major research partner, General Motors, relies on this system to function at a 100% level. A high energy detector functions within the Neutron Imaging Facility to capture neutron images to dynamically image water formed inside of a fuel cell at a rate of 30 images per second. It is the heart of the Neutron Imaging Facility for fuel cell research. The existing PAXSCAN 2520 was purchased in 2004. The PAXSCAN 2520 being purchased is an identical replacement of the existing system. In the event of a failure of the existing system NIST would immediately utilize this system in its place while the damaged system is repaired or replaced. Without this equipment the facility does not operate. NIST currently owns one backup system, however, this older system is no longer suitable as a backup due to its age. NIST requires another one-to-one replacement that will perform at the same level as the existing system. The PAXSCAN 2520 is the basis of the new high energy detector. All interested quoters shall provide a quote for the following line items. All equipment must be new. Upon receipt NIST will immediately perform installation and testing of the equipment. LINE ITEM 0001: Quantity one each PAXSCAN 2520, manufactured by Varian. The PAXSCAN must be modified to meet all of the following technical requirements: (1) The detector must be Varian Paxscan 2520 high energy detector. If the detector is a low energy detector the Contractor shall convert the detector to an equivalent version of the Varian Paxscan 2520 high energy detector while maintaining the original manufacture?s warranty; (2) The detector case must match the original high energy design with a ? inch-20 hole pattern the same as the original Varian Paxscan 2520 high energy detector. The readout electronics must be properly shielded with lead, particularly the gate drivers. Neutron shielding will be added later by NIST. This configuration ensures that the readout electronics are external to receptor area to avoid direct exposure to incident beam; (3) Conversion screen changeable. The Contractor shall mount a neutron-to-light converter screen on top of the amorphous silicon receptor in a light tight manner. The converter screen shall be provided by NIST and will be optimally sized by NIST for the Paxscan 2520 receptor and may range in thickness from 0.5 mm to 1 mm thick; (4) The converter screen must be held in place with thin aluminum or magnesium alloy windows. A thin piece of foam may be used to apply pressure to mate the scintillator to the receptor; (5) There must be no plastic materials or poly-carbonate materials at any point upstream from the receptor, except for a very thin (less than 5 mm thick) section of foam as in Specification 3;. (6) Detector package must be rated for high energy at 450 kV; (7) Must be compatible with and equivalent to fiber optic models of the Varian Paxscan 2520 DCDS 4.1 Receptor; WARRANTY: The Contractor shall provide the original manufactures (Varian) warranty for the equipment. Warranty shall include all parts and labor. Warranty shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel costs shall be included in the warranty. If return to vendor, all shipping charges and all responsibility for the shipments to and from NIST, shall be the responsibility of the Contractor. Delivery shall be completed in accordance with the Contractor?s commercial schedule, however, all must be completed not later than six (6) months from the date of award. Delivery terms 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. Award will 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: Technical Capability, Past Performance, and Price. Technical Capability, and Past Performance, when combined, are equal in importance to price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Technical capability shall be evaluated to determine: 1. The Contractor?s understanding of the project and their ability to successfully complete the project; 2. The overall feasibility and risk of the proposed modification process; and 3. The ability of the proposed product to meet all minimum specifications. 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 full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation. The following provisions apply to this acquisition: 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); (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; (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. 52.245-1 Government Property; 52.245-9 Use and Charges; 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 copy of a quotation which addresses all Line Items; 2) For the purpose of Technical Evaluation: a. Two (2) originals of technical description and/or product literature. Quoters shall include the manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product, prior to modification, is a PAXSCAN 2520; AND b. A summary of the process the Contractor will undertake to successfully complete all modifications required to meet all minimum specifications. The Contractor must state all materials that will be used, and identify any proposed subcontractors and their responsibilities. The summary must provide sufficient detail to convey the proposed process in a clear and unambiguous manner. 3) For the purpose of Past Performance Evaluation: 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 reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; and the date of delivery or the date services were completed; 4) A description of the warranty applicable to this equipment; 5) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/ Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s). All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. Eastern Time on Friday, July 16, 2007. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUL-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-JUL-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-07-RQ-0281/listing.html)
 
Place of Performance
Address: Ship to: NIST Shipping & Receiving 100 Bureau Drive Gaithersburg, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01347587-F 20070721/070720005548 (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.