SOLICITATION NOTICE
66 -- Spectrophotometer
- Notice Date
- 7/31/2007
- 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-0379
- Response Due
- 8/10/2007
- Archive Date
- 8/25/2007
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN THE FEDERAL ACQUISITION REGULATION (FAR) PART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THEONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. SIMPLIFIED ACQUISITION PROCEDURES ARE BEING UTILIZED UNDER THE AUTHORITY OF FAR PARTS 12 & 13. 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 being procured using full and open competition. The National Institute of Standards & Technology (NIST), Biochemical Sciences Division requires an Ultraviolet (UV)/visible/near-infrared (IR) spectrophotometer for the certification of transmittance/absorbance and wavelength reference materials. The required system must be a standard grating spectrophotometer instrument capable of acquiring ultraviolet (UV), visible, or near infrared (NIR) transmittance or absorbance spectra or results at discreet wavelengths. This instrument will be used as a transfer spectrophotometer (traceable to a recognized United States national transmittance scale) for the routine certification and recertification of Standard Reference Materials (SRMs) issued by the Biochemical Sciences Division for the validation and calibration of UV/vis/NIR spectrophotometers. 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 characteristics of products that will be considered satisfactory to meet the agency?s requirement. All interested quoters shall provide a quote for the following line items: LINE ITEM 0001: Quantity one each UV/visible/NIR Spectrophotometer, manufactured by Varian, or equivalent. The system must consist of the following components, or equivalent, and meet all of the salient characteristics identified herein. Qty. Varian Description Part Number 1 0010079400 Cary 6000i Uv-Vis NIR Spectrophotometer 1 8510195100 Cary WinUV Ver 3.0 Bio Suite 1 9910108000 Cary 4000-6000i USA Country Kit 1 0190041100 Dell Optiplex 745MT OSI Computer System 1 0190067000 Dell Ultra Sharp Flat Panel 17 Inch Monitor 1 0010079500 Cary 4000-6000 Multicell 6x6 Holder 1 0010038601 Cary Temperature Controller 1 0010719700 Cary 4000-6000i Solution Extended Sample 1 9910111300 Cary 4000-6000i Solution Utilities Adapter Plate 1 0010044700 Cary 400 & 500 Sample Transport Accy 1 0010080400 Cary 500i & 6000i Automated Double Aperature 1 0190061900 Cary 4000-6000i Manual RBA Holder 1 0010677500 Neutral Desity Screen Attenuator 1.5 Abs 1 0210131600 Calcite Glan Taylor Polarizer 2 5810008100 Cary 4000-6000i Solid Sample End Support 2 0210131700 Depolarizer ? Wave Scrambler 1 0010080000 Cary 4000-6000 Single Cell Holder Lock Down SALIENT CHARACTERISTICS 1. Double beam, direct ratio recording, rapid scanning high performance Ultraviolet-Visible-Near Infrared (UV-VIS-NIR) Spectrophotometer; 2. The instrument shall have a minimum wavelength range from 175 nm to 1800 nm with nitrogen purge for the monochromator, detector area, and sample compartment; 3. An automated source mount shall be used to accurately reproduce the selection of up to three source lamps under software control. The mount shall be accessible to accommodate user-supplied sources. The quartz halogen visible and deuterium arc ultra violet source lamp shall have an automatic change that is selectable from 250 to 700 nm. Originally supplied and replacement lamps shall be factory pre-aligned for the instrument. A mercury emission wavelength calibration source shall be included and mounted for easy control and access; 4. Optical system shall be a single cast piece to ensure long term integrity of stray light specifications. Reference Specification 8; 5. Detectors for the system shall be photomultiplier wired for linearity for the UV/visible range and a cooled InGaAs detector for the NIR range. The sensitivity and linearity of the InGaAs detector is required for certification measurements in the NIR; 6. Limiting resolution of the system must be less than 0.05 nm for the uv-vis region and less than 0.1 nm for the nir region; System must feature variable and fixed slits, allowing optimum control over spectral resolution. The spectral slit width (SSW) and step size must be adjustable from at least 0.02 nm to 3.0 nm in the visible and from at least 0.05 nm to10 nm for the NIR. A provision for using fixed slits (fixed SSW) must be available in the NIR as well as UV-VIS; 7. System must be able to perform self-calibration procedures from software. Self calibration must yield wavelength bias of less than 0.2 nm as validated by a built-in mercury arc source (Reference Specification 3); 8. Stray light of the system must be less than 0.00008 percent at 220 nm based on 10g/L NaI ASTM method and less than 0.0001 percent at 1420 nm based on water in 1 cm pathlength cell; 9. Photometric Noise must be less than or equal to the following at the indicated absorbance (Abs) levels with 1 second signal averaging time, where RBA equals Rear Beam Attenuation: Uv-vis (500 nm, SSW 2 nm ) NIR (1500 nm, SSW 0.4 nm) a. At 0 Abs 0.00003 0.00002 b. At 1 Abs 0.00005 0.00005 c. At 2 Abs 0.0001 0.0001 d. At 3 Abs 0.0003 0.001 e. At 6 Abs(3 Abs RBA)0.005 10. System must have precision lock down mechanism that allows user to quickly and reproducibly position accessories; 11. Windows in sample compartment must be wedged or tilted to eliminate optical feedback; 12. An appropriate control computer must be provided. The computer system must include: a. Network adapter and flat panel display; b. The capability to be compatible with Windows XP PRO and/or to Windows Vista; c. Three-year next business day onsite parts and labor service contract for the computer; d. Spectrophotometer control software that is a Windows-compatible graphical user interface design, capable of controlling all of the functions of the spectrophotometer and accessories. The software must be modular with a user programmable applications development language; e. Software must include a validation application to enable certification of the instrument against factory, British/European, U.S. Pharmacopoeia specifications; f. Software graphics control must have automatic peak labeling, zoom, free and tracking cursor, multiple ordinate and abscissa formats, smart copy/paste and overlay modes, to simplify spectral interpretation and presentation for publications; g. Software enhanced file transfer and report export capabilities are required for connectivity to other computer applications. Conversion functions shall allow conversion of data files for other programs or direct spreadsheet import; h. Included spectrum calculation software must apply mathematical operations, including addition, subtraction, division, multiplication, log and square root functions, to spectra. The calculator shall also feature mean calculation, normalization, smoothing, up to fourth order derivatives, integration and the Kubelka-Munk correction algorithm; i. Software must be adapted to measure fixed wavelength absorbance measurements in three-fold replicate for NIST Standard Reference Materials (SRMs) as follows: (i) SRM 2031a ? 10 wavelengths: 250 nm, 280 nm, 340 nm, 360 nm, 400 nm, 465 nm, 500 nm, 546.1 nm, 590 nm, and 635 nm; (ii) SRMs 930, 1930, 2930 ? 5 wavelengths: 440 nm, 465 nm, 546.1 nm, 590 nm, and 635 nm; (iii) SRMs 935 and 1935 ? 4 wavelengths: 235 nm, 257 nm, 313 nm, and 350 nm; (iv) SRM 931 ? 4 wavelengths: 302 nm, 395 nm, 512 nm, and 678 nm. 13. System shall include a temperature controlled multi-cell accessory. The accessory shall: (i) Provide mounting for at least 6 samples and 6 references, with 10 mm pathlength standard cuvettes; (ii) Provide heating and cooling for 6 x 6 cell; (iii)Provide temperature control from minus 10 to 100 degrees C selectable in 0.06 degree increments; (iv) Include magnetic stirring capability for all 12 cells; (v) Software selection of cell position and measurement parameters from software programs; (vi) Multi Cell Block temperature must have the ability to be programmed from the software for temperature-controlled measurements; 14. Automated double aperature accessory shall be provided to determine the absolute accuracy of the spectrophotometer and shall meet all of the following: (i) Operation, calculation, and reporting shall be controlled by the software; (ii) Include a sample compartment lock down plate for mounting double aperture accessory in a rapidly reproducible manner; (iii) Accessory shall have been in production for at least two years; (iv) Shall mount on a standard cell base. 15. Rear beam attenuator shall be provided and satisfy all of the following: (i) Include a mounting bracket to accept up to two Neutral Density Screens. Shall attach over rear sample compartment window. For use with sample compartment "lock down" plates; (ii) Include two each attenuator screens of nominal 1.5 absorbance for use with (i); LINE ITEM 0002: INSTALLATION. The Contractor shall provide installation for the equipment. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications, and removal of all trash. Qualified personnel shall perform the installation. LINE ITEM 0003: TRAINING. The Contractor shall schedule and facilitate a training session for two (2) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation, basic troubleshooting and use of the user programmable applications development language. Installation and training must be scheduled, in advance, with NIST personnel. If applicable, training may be conducted immediately following completion of installation. Upon completion of installation and demonstration of specifications, NIST shall conduct its own performance check in the NIST laboratory to verify adherence to all salient characteristics. Acceptance and payment shall not occur until delivery, installation, training, and demonstration of specifications has been successfully completed. WARRANTY: The Contractor shall provide, at a minimum, a one year parts and labor warranty for the equipment. The Contractor shall provide a description of the warranty coverage provided for this equipment. The following details must be included: 1. Length of warranty. 2. What is included? (parts, labor) 3. Is the warranty on-site or return to vendor? If on-site - is travel included? If return to vendor - is shipping to and from NIST included? Delivery, installation, and training must be completed not later than 90 days after receipt of 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 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. EVALUATION OF QUOTATIONS Award will be made to the Contractor whose quote offers the best value to the Government, technical, 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, and Price. Technical Capability and Past Performance are equal in importance to price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include documentation which clearly documents that the proposed equipment meets or exceeds all salient characteristics and meets the needs of the Government in the same manner as the brand name. Test data shall be submitted (Reference Required Submissions) and shall be evaluated to further confirm that the equipment meets or exceeds the salient characteristics identified herein. 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. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.211-6 Brand Name or Equal; 52.212-1, Instructions to Offerors ? Commercial Items; 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; 52.211-6 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: 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act?Free Trade Agreements?Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; 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 REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature which documents the manufacturer, make and model of the product, and CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein; 3) Quoters shall provide the following test data. Test data provided must result from tests performed on equipment identical in specification to that proposed by the Contractor. Tests must be performed and data must be provided at no cost to NIST and must be submitted with the quotation: (a) NIR resolution and SNR: High resolution NIR scan of atmospheric water vapor clearly resolving absorption bands from about 1370 nm to 1390 nm. Spectral acquisition parameters including time must be given; (b) Wavelength accuracy: A single channel (emission) scan at less than 1 nm spectral bandwidth of the system mercury lamp in appropriate spectral regions following automated system wavelength calibration. 4) 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; and 5) A description of commercial warranty. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-3571. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on, Friday, August 10, 2007. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD
- Zip Code: 20899
- Country: UNITED STATES
- Zip Code: 20899
- Record
- SN01357168-W 20070802/070731220448 (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 |