Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

66 -- Motorized Precision Theodolite with Autocollimation

Notice Date
7/25/2007
 
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
SB134107RQ0272
 
Response Due
8/9/2007
 
Archive Date
8/24/2007
 
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. 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 05-18. 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 quoters may submit a quote. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency?s requirement. The Ceramics Division (CD) of MSEL has multiple X-ray diffraction (XRD) instruments which are used in Standards Reference Materials (SRM) development. The Ceramics Division Parallel Beam Diffractometer (CDPBD), the Ceramics Division X-Ray Optics Evaluation Double Crystal Diffractometer (CDXOEDCD), and the Ceramics Division Divergent Bean Diffractometer (CDDBD) are located in temperature controlled laboratory space in the Advanced Measurement Laboratory (AML). These instruments need constant alignment using external reference equipment (optical autocollimators and optical theodolites) which currently are loaned through collaborations with PL. The purchase of a combined optical/digital autocollimator/theodolite will provide the CD with a 24/7 capability of instrument alignment/referencing necessary to maintain SI traceability in our instrumentation. The National Institute of Standards and Technology (NIST), has a requirement for Leica Geosystems Model TM5100A Motorized Precision Theodolite with Autocollimation , or equivalent, meeting all of the following required salient characteristics. Line Item # 0001: Model TM5100A Motorized Precision Theodolite with Autocollimation: Salient Characteristics; 1) High Angle Accuracy (using internal optical encoders) Specification: Angle accuracy of 0.5 arcseconds or less; 2) Internal reference to horizon (gravity) Specification: Level accuracy of 0.3 arcseconds or less; 3) Small working distance: Specification: Minimum focus of 0.6m or less; 4) Internal autocollimator capability: Specifications: a) Integrated autocollimator feature in optical path (Part number 433472); b) Panfocal optics with variable zoom over lab working distance of 13x - 32x or larger range; c) Primary lens diameter (unobstructed) of 52mm or larger. The Contractor shall state the warranty coverage provided for the equipment. Please submit all questions in writing to: andrew.perry@nist.gov 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. Award will be made to the Contractor whose quote offers the best value to the Government, all factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Experience, and 3) Price. TECHNICAL CAPABILITY Technical Capability shall be evaluated to determine if the proposed equipment meets or exceeds all of the required salient characteristics. PAST EXPERIENCE The Contractor shall describe their previous experience in manufacturing, assembling and providing similar systems, explain how their experience is relevant to providing the equipment listed herein, and how their experience will ensure successful completion of the project. Contractor shall demonstrate past experience in constructing encoder based theodolites of sub arcsecond accuracy. Technical Capability and Past Experience when combined are equal in importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Past Experience and price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability evaluation factor. Evaluation of Technical Capability shall 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 which addresses all salient characteristics, and CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated above and meets the needs of the Government in essentially the same manner as the brand name. Past Experience will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Experience 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. Offerors shall provide 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 address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.225-2 Buy American Act Certificate. 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: (15) 52.222-3, Convict Labor; (16) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (17) 52.222-21, Prohibition of Segregated Facilities; (18) 52.222-26, Equal Opportunity; (20) 52.222-36, Affirmative Action for Workers with Disabilities; (25) 52.225-3 Buy American Act?Free Trade Agreement?Israeli Trade Act with Alternate I; (36) 52.225-13 Restriction on Certain Foreign Purchases; and (41) 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 copy of a quotation which addresses all of the above Line Items; 2) Two (2) originals of technical description and/or product literature. Quoters must ensure all specifications are clearly documented; 3) A description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s). 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 should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrew Perry, 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. local time on July 25, 2007. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to andrew.perry@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. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES WILL BE ACCEPTED, HOWEVER, MUST INCLUDE ALL REQUIRED INFORMATION.
 
Place of Performance
Address: 100 BUREAU DRIVE, GAITHERSBURG, MD
Zip Code: 20871
Country: UNITED STATES
 
Record
SN01351644-W 20070727/070725220556 (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.