Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

66 -- High Temperature Ion Funnel - Ion Mobility System

Notice Date
7/18/2007
 
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
Reference-Number-NB838060-7-05056
 
Response Due
8/1/2007
 
Archive Date
8/16/2007
 
Small Business Set-Aside
Total Small Business
 
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 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) 2005-18.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) High Temperature Ion Funnel ? Ion Mobility System.*** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) High Temperature Ion Funnel ? Ion Mobility System, which shall meet or exceed the following salient characteristics: The vendor shall supply the RF power supply and plate assembly for installation into the half meter high temperature ion mobility unit of a mass spectrometer, which is resident at NIST. The RF power supply shall have two RF outputs that transmit signals through MHV bulkhead connectors to the ion funnel. The ion funnel shall operate in a low vacuum (130 to 1400 Pascal). The ion funnel and mobility assemblies together shall comprise a system of approximately 160 electrode plates, insulators, and other components. As the ion mobility assembly shall reside in a half meter long oven, its materials shall be compatible with operation in the temperature range of 10C and 550C in an environment of 130 to 1400 Pascal nitrogen and/or argon and trace partial pressures of solvents commonly used in electrospray ion sources. Due to the thermal stress induced by the adjacent ion mobility cell oven, the accumulated capacitive load (2000 to 5000 pF) experienced by the RF power supply will vary. In response to this constantly changing load and in the absence of operator intervention, the RF power supply shall self adjust its frequency to maintain the optimum RF coupling. The component specifications are: 1. RF Power Supply for Ion Funnels (specifications, as measured at the MHV vacuum connectors when coupled to the ion funnel): a. The RF power supply (nominally 40 Watts) shall have two RF outputs that transmit 0 to 300 RF Volts peak to peak signals to vacuum side capacitance loads (accessed by MHV connectors) that range between 1,000 to 5,000 pF. b. The frequency and standing wave ratio (SWR) of the RF supply shall self adjust to the highest possible frequency in the range of 300 to 700 kHz as the ion funnel dimensions change due to exposure to the adjacent ion mobility spectrometer oven. c. RF amplitude can be set manually via a potentiometer on the front panel or with a 0 to 5 Volt DC analog signal to an external connector on the rear panel. d. The RF PS shall have a user accessed back panel potentiometer enabling the end user to de rate the power supply, so that it cannot exceed a chosen output voltage. e. A front panel digital voltmeter shall display the peak to peak RF voltage output. f. A vacuum interlock input connector, mounted on the back panel, can sense a remote contact closure (e.g., a contact closure from a vacuum pressure gauge), so that the unit responds by disabling high voltage operation. g. The power supply shall include one pair of 36 inch long RG 62 cables with MHV connectors on each end. h. Universal AC input (100 to 240VAC, 50 to 60 Hz). i. Vendor shall warrant the unit for 1 year, parts and labor. 2. Plate assembly for a half meter high temperature ion mobility system with ion funnel: a. The ion funnel subsection shall comprise have a 38 mm entrance aperture and 2 mm exit aperture with a plate gate to allow for ion storage in the RF field. b. The ion funnel assembly shall not exceed a 100 mm diameter (to allow for vacuum housing and gas conductance). c. The ion funnel section and ion gate optics shall conduct ions 14.5 cm to the ion mobility unit. d. To fit the 50 cm long oven, the ion mobility drift tube assembly shall comprise no fewer than 78 electrodes of 6.4 mm (nominal) spacing; no conductive assembly elements shall contact the 79 mm diameter oven bore. e. Except for the oven entrance and exit electrodes that shall have an aperture diameter of 1.0 mm, the ion mobility electrode assembly shall have electrodes of an aperture diameter that is equal the electrode spacing. f. The ion mobility assembly (electrodes, insulators, rods, etc) shall be compatible with operation in the temperature range of 0C and 550C in nitrogen and argon atmospheres at 130 to 1400 Pascal. The exit optics assembly of the ion mobility assembly shall conduct ions a distance of 17.6 cm from the oven exit and terminate with ion optical elements that focus the ions into the 0.5 mm entrance aperture of the mass spectrometer system. Delivery shall be provided no later than 90 days after receipt of an order. 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 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 quoter whose quote offers the best value to the Government, technical capability, past performance & price shall be 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 capability and past performance shall be of equal importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name. 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. The Contractor must include the references name, contact person, and contact information in the quotation. *** 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: 1. 52.204-7 Central Contractor Registration; 2. 52.212-4 Contract Terms and Conditions?Commercial Items; 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: a. (5) 52.219-6 Notice of Small Business Set-Aside; b. (14) 52.222-3, Convict Labor; c. (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; d. (16) 52.222-21, Prohibition of Segregated Facilities; e. (17) 52.222-26, Equal Opportunity; f. (19) 52.222-36, Affirmative Action for Workers with Disabilities; g. (24) 52.225-1, Buy American Act- Supplies; h. (26) 52.225-13 Restriction on Certain Foreign Purchases, and i. (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 Line Items 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), 5) A list of three (3) references which includes the contact?s name, phone number, and e-mail.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** *** 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) *** ***Submission shall be received not later than 3:00 p.m. local time on August 1, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Paula Wilkison. Because of heightened security, FedEx, 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 48 hour (excluding weekends and holidays) prior notice shall 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 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, Building, 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-U.S. 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. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Paula Wilkison) @ paula.wilkison@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. ***
 
Place of Performance
Address: 100 Bureau Drive Mail Stop 1640, Gaithersburg, MD
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01345234-W 20070720/070718220605 (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.