SOLICITATION NOTICE
66 -- The National Institute of Standards and Technology (NIST), Surface and Microanalysis Science Division, requires a Silicon Drift X-ray Detector (SDD) system.
- Notice Date
- 6/15/2009
- 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
- NB837020-9-05186
- Archive Date
- 7/15/2009
- Point of Contact
- Janet M. Lamb, Phone: 3019756205, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
janet.lamb@nist.gov, todd.hill@nist.gov
(janet.lamb@nist.gov, todd.hill@nist.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 – STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. 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 acquisition is 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business under the NAICS code identified above. The National Institute of Standards and Technology (NIST), Surface and Microanalysis Science Division, requires a Silicon Drift X-ray Detector (SDD) system for NIST’s existing Personal SEM VP Model 3025 (S/N 60701), a scanning electron microscope manufactured by Aspex Company. NIST currently has an older generation Energy Dispersive Spectrometers (EDS) system on the existing ASPEX Personal SEM. NIST is interested increasing the throughput of this system for automated particle analysis. The current generation EDS system is capable of approximately 10,000 cps output on Cu with a resolution of ~150 eV at Mn K. A SDD would offer improved output count rate at improved resolution permitting faster analysis and higher particle analysis throughput. ***Line item 0001 Part 1.1.1 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 needs. ***All interested Offerors shall provide a quote for the following line item(s): LINE ITEM 0001: Quantity one (1) each Energy Dispersive X-ray (EDX) System, 30 mm2 silicon drift detector for integration into an ASPEX Personal SEM with support for the Perception console and Automated Particle Analysis packages. All equipment must be new. Used or remanufactured equipment will not be considered for award. Contractor shall meet or exceed the following minimum required technical specifications: 1SILICON DRIFT DETECTOR 1.1Silicon drift x-ray detector mounted on a flange suitable for installation on an ASPEX Personal SEM 1.1.1Moxtek AP3.3 or equivalent The product must meet all of the salient characteristics identified herein: a)Window for detection down to boron K x-rays; 1.1.2Sensor with active area of 30 mm2 or larger; 1.1.3Resolution of 135V or better at Mn K; 1.1.4Output count rate of >24,000 x-rays per second from Cu at 1 nA probe current at a resolution of 135 eV or better 1.1.5Preamplifier; 1.1.6Interface cable (detector preamp to digital pulse processor). 1.2Digital Pulse Processor 1.2.1Must include a digital pulse processor; HV power supply; parallel digital output to ASPEX scan/video acquisition card 1.2.2The digital pulse process shall mount within a volume of 16 cm (wide)  30 cm (deep)  27 cm (high) inside the Personal SEM chassis. 2EDX SPECTRUM ACQUISITION, DISPLAY, AND ANALYSIS SOFTWARE 2.1The control functions for the detector should be seamlessly integrated into the most current version of the Personal SEM Perception software package as licensed by the ASPEX, Corporation. The integration should include at a minimum the following functionality: 2.1.1Status display (input, output count rate, deadtime) with realtime, livetime during collection; 2.1.2Adjustable preset acquisition (realtime, livetime) with selectable pulse processor time constant; 2.1.3Point-and-click acquisition; 2.1.4Drag-and-click area mode acquisition; 2.1.5Adjustable channel display and collection (2048 channels); 2.1.6X-ray mapping; 2.1.7Automated Feature Analysis; 2.1.8Complex Feature Analysis. 3COMPATIBILITY 3.1The equipment must be compatible with NIST’s existing ASPEX Personal SEM with Automated Feature Analysis. The hardware and software must support the full functionality of this system including manual, x-ray mapping and automated analysis modes. LINE ITEM 0002: INSTALLATION: The Contractor shall install the system. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required specifications. Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. LINE ITEM 0003: WARRANTY: The Contractor shall provide, at a minimum, a one year warranty for the equipment. The warranty shall be on-site at NIST Gaithersburg during business hours only. All parts, labor and travel shall be included. ***Delivery shall be FOB Destination and completed in accordance with the Contractor’s commercial schedule. 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. *** *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor. *** FINAL ACCEPTANCE NIST will accept the system, and provide payment upon successful completion of delivery, installation, training and demonstration of all required specifications. Payment terms shall be Net 30 Days. 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability: Meeting or Exceeding the Requirement, 2) Past Performance, and 3) Price. Technical Capability and Past Performance, when combined, are approximately equal in importance to price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its’ affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. 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 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. Commercial Items including subparagraphs: 52.212-4, Contract Terms and conditions-Commercial Items; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act w/ Alternate I; 52.225-13, Restriction on Certain Foreign Purchases; and 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. 52.237-2, Protection of Government Buildings; REQUIRED SUBMISSIONS ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) One (1) Originals of the Technical description and/or product literature; 3) A list of at least three (3) past performance references; 4) Description of commercial warranty; 5) Place of product origin and 6) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 1:00 PM Eastern time, on June 30, 2009. Faxed quotes will NOT be accepted. Emailed quotes will be accepted. *** 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 301-975-6205. NIST is not responsible for late delivery due to the added security measures. In addition, Offerors 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. Mailing address: National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Janet Lamb.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB837020-9-05186/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01844813-W 20090617/090615234740-432ec6de2c20da1af4d5ac05b69a7a48 (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 |