SOLICITATION NOTICE
66 -- Pressure Scanning Electron Microscope (SEM)
- Notice Date
- 5/5/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 701 South 12th Street , Arlington, VA 22202
- ZIP Code
- 22202
- Solicitation Number
- HSTS02-09-P-TTC381
- Response Due
- 5/14/2009 11:59:00 PM
- Archive Date
- 11/10/2009
- Point of Contact
- Name: Gloria Uria, Title: Contract Specialist, Phone: 5712272429, Fax: 5712272913
- E-Mail Address
-
gloria.uria@dhs.gov;
- 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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSTS02-09-P-TTC381 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. 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 a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-05-14 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS-Transportation Security Administration requires the following items, Exact Match Only, to the following: LI 001, General specifications: 3nm-30kV(high vacuum mode) and 4nm (low vacuum mode); 5x-300K magnification; 0.3-30kV accelerating voltage. Computer and 22-flat panel display, Intel Core 2 Duo processor, video card, +/- RW DVD; 2GB DDR2-800 ECC memory, Microsoft Windows XP OS.Computer and 22-flat panel display, Intel Core 2 Duo processor, video card, +/- RW DVD; 2GB DDR2-800 ECC memory, Microsoft Windows XP OS.Electron optics: electron gun and pre-centered filament; auto bias with manual override; objective aperture.Electron detectors: Everhart Thornley detector for secondary electron imaging and backscattered electron detectorStage and specimen chamber: approximately 12 or the size of an adult shoe; with manual and automated capabilities; 360-degree rotation; at least 4 chamber ports for accessories; software safety limits to specimen holder plus grounding alarm; stage positions in X, Y, Z, R,T.Single keyboard, single mouse operation when equipped with EDS system. Operators manual., 1, EA; LI 002, SEM maintenance 2-year warranty, after the initial 1-year maintenance warranty that is included with purchase, 1, EA; LI 003, SEM training; minimum 3-day onsite or offsite training; supplies included, 1, EA; LI 004, Infrared chamberscope for SEM, 1, EA; LI 005, Vacuum system: diffusion or turbo molecular pump, 1, EA; LI 006, Nitrogen cooling stage 1.With a range of -185-200oC2.Installation and at least 1-day training, 1, EA; LI 007, Nitrogen cooling stage: 2-year maintenance warranty, after 1-year warranty that is included, 1, EA; LI 008, Energy Dispersive System that is capable of identifying down to the Carbon element.With analytical silicon drift detector. Computer, color printer, appropriate software to capture images, and 22 flat panel display (Intel Core 2 Duo processor, Windows XP, 1GB memory).Fully digital x-ray acquisition. Carry out qualitative and quantitative analysis from an image on the microscope and also from an image on an EDS screen. Ability to acquire and print digital images. Ability to acquire, save, and export spectra., 1, EA; LI 009, EDS installation and software familiarization by EDS vendor. Training can be onsite or offsite, 1, EA; LI 010, EDS warranty, 2-year parts and labor warranty, after initial 1-year parts and labor warranty that is included in purchase, 1, EA; For this solicitation, DHS-Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. Vendors must be currently registered and have a valid certification in the Online Representation & Certifications Application. (https://orca.bpn.gov/) Bid MUST be good for 30 calendar days after submission.Quotations are to be submitted as all or none. New equipment ONLY, NO remanufactured products. Therefore, the vendor must ensure that instrument warranty will begin only upon complete installation. Product delivery to the facility must be coordinated through Dr. Chan heng and Susan Monichetti prior to shipping. Please see attached document titled "Delivery Instructions" for specific delivery instructions. PRICING MUST BE FOB DESTINATION CONUS INSIDE DELIVERY. This is based on Best Value for the Government. Award will be based on a Best Value trade-off basis taking into consideration compliance in the following order of importance: 1st Technical, 2nd delivery schedule, 3rd past performance and 4th price. Quotations are to be submitted as all or none. Delivery schedule of equipment is December 1, 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a6cd21f663c621b9624cfd103a1173a&tab=core&_cview=1)
- Place of Performance
- Address: Multiple shipping information.<br />
- Zip Code: Multiple<br />
- Zip Code: Multiple<br />
- Record
- SN01808950-W 20090507/090505220517-2a6cd21f663c621b9624cfd103a1173a (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 |