Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

66 -- Anton Paar (SANS–capable) Rheometer or Equal

Notice Date
5/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0162
 
Archive Date
6/13/2009
 
Point of Contact
Paula Wilkison,, Phone: 301-975-8448, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
paula.wilkison@nist.gov, todd.hill@nist.gov
 
Small Business Set-Aside
N/A
 
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 (FAC) 2005-32.*** *** 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 unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Anton Paar (SANS–capable) Rheometer or EQUIVALENT.*** Background: The NIST Center for Neutron Research does basic materials research that is useful for many basic and applied science disciplines including biology, chemistry, condensed matter physics, polymer research, etc. The Small Angle Neutron Scattering (SANS) group has developed the ability to research the flow of viscous materials by adapting a commercial rheometer for use on the SANS instruments. Guest researchers have come to depend on NIST’s capability to study materials under shear, and this procurement is designed to update and expand our capability to do rheology on SANS. For descriptive purposes only, an Anton Paar (SANS–capable) Rheometer is defined as being comprised of the following Anton Paar components: 1.One (1) 16103 Modular Compact Rheometer; a.Salient features: i.Air bearing; ii.Automatic centering and gap size measurement; iii.Automatic configuration system for tool detection and setup. 2.One (1) Extended maximum torque (300 mNm option) a.Salient feature: i.Maximum torque of 300 mNm. 3.One (1) 301805 Air Dryer with Air Filter Unit; 4.One (1) 18384 Rheoplus O+R Rheometer software a.Salient feature: i.Control software for all standard functions of MCR-501 rheometer. 5.One (1) 5254 Advanced package direct strain a.Salient feature: i.Adds software control of direct strain measurement capability. 6.One (1) 43631 Software Module Optic, version >3.0 of Rheoplus a. Salient feature: i.Adds software control of optical measurement capability. 7.One (1) 16097 C-PTD200 Peltier Temperature Control Device a.Salient features: i.Concentric cylinder measuring geometries; ii.Temperature range -30 to 200 degrees Celsius. 8.One (1) 303316 Standard Measuring System (CC27/T200/AL) a.Salient feature: i.Set up cup and cylinder for concentric cylinder measuring geometry. 9. One (1) 79015 Solvent Trap (ST-CYL-C/Q1) a.Salient feature: i.Prevents solvent migration. 10. One (1) 11536 C-CTD200/SANS Convection Temperature Device for SANS a.Salient features: i.Convection heated system for Small Angle Neutron Scattering; ii.Temperature range -50 to 200 degrees Celsius; iii.Scattering angle +/- 12 degrees; iv.Diameter of window for primary beam 10 mm maximum; v.Measuring geometry: concentric cylinder; vi.Temperature controller TC30, adapted for C-CTD200/SANS vii.Quartz parts not included 11.One (1) 25918 Quartz Glass Parts C-CTD200/SANS (ME48) a.Salient features: i.Quartz quality: Suprasil ii.Measuring cylinder ME48-2.2: OD: 48 mm, ID: 45 mm, bottom angle: 1.16 degrees; iii.Measuring beaker ME48: ID: 50 mm, OD: 54mm; iv.Glass tube: ID: 80.5 mm, OD: 84.5 mm. 12.Six (6) Titanium Bob/Q1 Measuring Cylinders a.Six to be chosen from the following styles: i.Measuring Cylinder ME28-3.9-35.8/TI/Q1; ii.Measuring Cylinder ME29-1.9-35.4/TI/Q1; iii.Measuring Cylinder ME27-6-36.3/TI/Q1 13.One (1) Measuring Body Coupling Q1 ***Line Item 0001 and Option Line Items 0002-0024 are 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 needs.*** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Anton Paar (SANS–capable) Rheometer or EQUIVALENT, which shall meet or exceed the following salient characteristics: The required system is a rheometer that is usable on SANS instruments and existing SANS tools (cells) and provides easy interface to coordinate rheology measurements with SANS instrument measurements. This instrument will be moved regularly on and off the beam platform to provide both off-line and on-line rheology measurements. 1.The required rheometer shall accommodate the beam geometry: a.Accommodates minimal air path; b.Unobstructed beam access with at least 10 mm diameter coming in and that same diameter plus a 12 deg cone on exit; c.Unobstructed portion shall cover the entire cell (i.e. radial to tangential measurements); d.Reasonable temperature control in a wide range without affecting “unobstructed” issue; e.Neutron optics shall be symmetric with respect to beam direction. Complete access to the sample from either side (NG3 and NG7 instruments require access from opposite sides). Primarily, this requirement states that the cone opening is required on both sides of the sample area; f.Easy to align specialty SANS tools; g.Maintains alignment (of SANS tools) on changing/cleaning sample. OPTION LINE ITEMS: The following items are option line items. The Contractor shall provide pricing for these items. Prices quoted shall be effective for a period of one year from the date of award. Award of option line items is at the sole discretion of the Government in accordance with 52.217-7. Line Item 0002: Quantity One (1) Anton Paar (25678) CTD450 Convection Temperature Control Device or EQUIVALENT, which shall meet or exceed the following salient characteristics: 1.Works with cone/plate and parallel plate measuring geometries; 2.Temperature range -130 to 450 degrees Celsius; 3.Includes flow meting units. Line Item 0003: Quantity One (1) Anton Paar (45580) Low Temperature Option CTD450 Evaporation Unit (EVU) with Nitrogen Hose or EQUIVALENT Line Item 0004: Quantity One (1) Anton Paar (79972) Extension Tool SER2/CTD or EQUIVALENT, which shall meet or exceed the following salient characteristics: 1.Complete system including temperature probe. Line Item 0005: Quantity One (1) Anton Paar (16093) P-PTD200/80 Peltier Temperature Control Device or EQUIVALENT, which shall meet or exceed the following salient characteristics: 1.Cone/plate and parallel plate (plate/plate) measuring geometries; 2.Temperature range -40 to 200 degrees Celsius. Line Item 0006: Quantity One (1) Anton Paar (16096) H-PTD200 Hood with Peltier Heating/Cooling or EQUIVALENT, which shall meet or exceed the following salient characteristics: 1.Temperature range -40 to 200 degrees Celsius; 2.Includes flow meter units. Line Item 0007: Quantity One (1) Anton Paar (79038) Measuring Cone CP25-1 or EQUIVALENT, which shall meet the following salient characteristics: 1.Diameter of 25 mm; 2.Angle of 1 degree. Line Item 0008: Quantity One (1) Anton Paar (79040) Measuring Cone CP50-1 or EQUIVALENT, which shall meet the following salient characteristics: 1.Diameter of 50 mm; 2.Angle of 1 degree. Line Item 0009: Quantity One (1) Anton Paar (79044) Measuring Plate PP25 or EQUIVALENT, which shall meet the following salient characteristic: 1.Diameter of 25 mm. Line Item 0010: Quantity One (1) Anton Paar (79045) Measuring Plate PP50 or EQUIVALENT, which shall meet or exceed the following salient characteristic: 1.Diameter of 50 mm. Line Item 0011: Quantity One (1) Anton Paar (27422) Measuring Cone CP10-2 or EQUIVALENT, which shall meet the following salient characteristics: 1.Diameter of 10 mm 2.Angle of 2 degrees. Line Item 0012: Quantity One (1) Anton Paar (5681) Measuring Plate PP08 or EQUIVALENT, which shall meet the following salient characteristic: 1.Diameter of 8 mm. Line Item 0013: Quantity One (1) Anton Paar (6613) Lower Measuring Plate L-P08/CTD or EQUIVALENT, which shall meet the following salient characteristics: 1.Diameter of 8 mm; 2.For use with CTD450/600/1000. Line Item 0014: Quantity One (1) Anton Paar (5312) Lower Measuring Plate L-PP25/CTD600 or EQUIVALENT, which shall meet the following salient characteristics: 1.Diameter of 25 mm; 2.No groove; 3.For use with CTD 600 Line Item 0015: Quantity One (1) Anton Paar (4564) Lower Measuring Plate L-PP50/SS/CTD or EQUIVALENT, which shall meet the following salient characteristics: 1.Diameter of 50 mm; 2.No groove; 3.For use with CTD450/600. Line Item 0016: Quantity One (1) Anton Paar (19237) SALS-System, Laser Class 1 or EQUIVALENT, which shall meet the following salient characteristics: 1.SALS Cell with analyzer holder and rotating mechanism for rotating the analyzer parallel or perpendicular to the flow direction, focusing optics, screen and camera holder. (NOT to include camera); 2.SALS Laser block and protective case for laser class 1; 3.SALS Couette and SALS parallel plate system. Line Item 0017: Quantity One (1) Anton Paar (45593) CCD Camera for SALS-System (monochrome) or EQUIVALENT, which shall meet the following salient characteristics: 1.Camera Lumenera Lu165M 1392x1040 pixels, 2/3” 2.CCD-Sensor, USB 2.0 3.Lens: H1212B, 12 mm, 2/3” C-mount. Line Item 0018: Quantity One (1) Anton Paar (20094) Analysis Software or EQUIVALENT, which shall meet the following salient characteristic: 1.Special analysis software for the SALS cell Line Item 0019: Quantity Six (6) Anton Paar Measuring Titanium Bob/Q1 parts or EQUIVALENT, to be chosen from the following styles: 1.Measuring Cylinder ME28-3.9-35.8/TI/Q1; 2.Measuring Cylinder ME29-1.9-35.4/TI/Q1; 3.Measuring Cylinder ME27-6-36.3/TI/Q1. Line Item 0020: Quantity Six (6) Anton Paar Measuring Titanium Bob/Q1 parts or EQUIVALENT, to be chosen from the following styles: 1.Measuring Cylinder ME28-3.9-35.8/TI/Q1; 2.Measuring Cylinder ME29-1.9-35.4/TI/Q1; 3.Measuring Cylinder ME27-6-36.3/TI/Q1. Line Item 0021: Quantity One (1) Anton Paar (303316) Standard Measuring System CC27/T200/AL or EQUIVALENT, which shall meet the following salient characteristics: 1.Set of cup and cylinder for concentric cylinder measuring geometry; 2.Includes measuring cylinder B-CC27/Q1; 3.Includes measuring cup C-CCC27/T200/AL. Line Item 0022: Quantity One (1) Anton Paar (25918) Standard Glass Parts C-CTD200/SANS (ME48) or EQUIVALENT, which shall meet the following salient characteristics: 1.Quartz quality: Suprasil; 2.Measuring cylinder ME48-2.2: OD: 48 mm, ID: 45 mm, bottom angle: 1.16 degrees; 3.Measuring beaker ME48: ID: 50 mm, OD: 54 mm; 4.Glass tube: ID: 80.5 mm, OD: 84.5 mm. Line Item 0023: Quantity One (1) Anton Paar (77000) Measuring Body Coupling Q1 or EQUIVALENT Line Item 0024: Quantity One (1) Anton Paar (77000) Measuring Body Coupling Q1 or EQUIVALENT 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 firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. 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: 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; 52.217-5 Evaluation of Options. *** *** 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: 1.52.211-6 Brand Name or Equal; 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.52.222-50 Combating Trafficking in Persons b.52.203-6 Restrictions on Subcontractor Sales to the Government c.52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns d.52.219-8 Utilization of Small Business Concerns e.52.219-14 Limitations on Subcontracting f.52.222-3 Convict Labor g.52.222-19 Child Labor – Cooperation With Authorities And Remedies h.52.222-21 Prohibition of Segregated Facilities i.52.222-26 Equal Opportunity j.52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans k.52.222-36 Affirmative Action for Workers with Disabilities l.52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans m.52.222-39 Notification of Employee rights Concerning Payment of Union Dues or Fees n.52.225-5 Trade Agreements o.52.225-13 Restriction on Certain Foreign Purchases, and p.52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 4.52.217-7 Option for Increased Quantity – Separately Priced Line Item: The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within one year. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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 Item 0001 and option line items 0002-0024; 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; 6) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula A. 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 May 29, 2009 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. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0162/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01816782-W 20090516/090514215709-6b175d6f89e0d51bb5e4db36cbd35bb5 (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.