Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOLICITATION NOTICE

66 -- The National Institute of Standards and Technology is seeking to purchase an Optical Profilometer.

Notice Date
5/13/2010
 
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
SB1341-10-RQ-0379
 
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. 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 under the authority of 13.5 Test Program for Certain Commercial Items. 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) 2005-40, Effective 22 Apr 2010 and class deviation 2009-O0009. 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% set-aside for Small Business. The National Institute of Standards and Technology is seeking to purchase an Optical Profilometer. A non-contact type white-light optical profiler capable of measuring the surface roughness (lateral dimensions of features > 400 nm), film thickness (> 5 nm), and film thickness changes of transparent polymer films as a function of temperature (5% change in thickness/minute). The samples dimensions will be up to 10 cm thick and 40 cm2. For film thickness change measurements, they need to be performed as a function of temperature from room temperature up to 180 C with quick data capture rate (frame rate at least 200 fps). Additionally, the instrument must be capable of exporting raw, uncompressed video files or image stacks (such as AVI or TIFF, respectively) that can be analyzed via external software. It should also be capable of simultaneously capturing film thickness and underlying interface profiles through transparent media with a known or pre-measured refractive index, such as water or nutrient media. The computer and hardware components must be upgradable to higher end systems, such as the capacity to swap out a standard 3 position stage for motorized tilt, closed-loop encoded stage that would provide the capacity to make XY super-resolution measurements. All interested Contractors shall provide a quote for the following: LINE ITEM 0001: Quantity One (1) The optical profiler shall furnish one of each of optical profiler, including hardware, computer, and control and analysis software. All equipment must be new. No prototypes, demonstration models, used or refurbished instruments will be considered. Contractors shall meet or exceed the following minimum specifications: 1. Measurement 1.1.Vertical measurement range of at least 10 mm 1.2.Vertical resolution less than 0.1 nm 1.3.RMS repeatability of less than 0.01 nm 1.4.Step height repeatability of less than or equal to 0.1% 1.5.Vertical scan speed of at least 100 m/s 1.6.Lateral optical resolution of less than 0.4 m 1.7.Image size of at least 640x480 pixels 2.Zoom – motorized 3 position zoom with magnifications of 2.1.0.5X 2.2.1.0X 2.3.2.0X 3.Motorized turret with at least 5 objective positions 4.Objectives 4.1.5X Michelson 4.2.10X Mirau 4.3.50X Mirau 4.4.100X Mirau 5.Sample stage motion and measurement capacity 5.1.Automated XYZ stage with measurable range of motion of at least 15 cm XY and 10 cm Z 5.2.Tilt range of at least ± 4 degrees 5.3.Hardware should be compatible with field stitching option in X, Y and Z 6.Vibration isolation table 7.Computer 7.1.Dual monitors 7.2.USB 2.0 data ports 8.Software 8.1.Microsoft Windows XP Professional Operating System 8.2.Stitching option, software for automatic acquisition of 3D data over large field of views with high resolution by stitching individual subfields together 8.3.Export of raw video or image data files 8.4.Analysis software that can be placed on multiple computers without a dongle 9.Film measurements/analysis 9.1.Capable of determining the optical thickness of a transparent film 9.2.Capable of imaging in a transparent liquid environment 10.Elevated temperatures measurements (optional) 10.1.Instrument (objectives, camera) shall be stable at elevated temperatures up to 180oC 11.Accessories 11.1.Step height standard 11.2.Precision flat surface reference Installation: The contractor shall schedule and facilitate installation/set-up. Installation, at a minimum, shall include uncrating/unpacking of all equipment, set-up and hook-up of the instrument, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD, within 30 calendar days of delivery to NIST. Training: The contractor shall schedule and facilitate one (1) training session for up to 4 users at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, but no later than 10 days after installation. The contractor shall provide a list of installation requirements, including house services and furniture, with explanations, as soon as the contract is awarded. NIST will provide any required connections to house services. Warranty: The Contractor shall provide a minimum of a One (1) Year Warranty. Quotation must include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. Delivery: Delivery shall be FOB DESTINATION and be 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. EVALUATION CRITERIA FOR SELECTION OF QUOTE: Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor “Meeting or Exceeding the Requirement,” 2) Past Performance, 3) Experience, and 4) Price. Technical capability, past performance, and experience, when combined, shall be approximately equal in importance to price. If technical capability, past performance, and experience are equivalent, price shall be the determining factor. Award will be made on a best-value basis. Under the Technical Capabilities factor, stronger consideration will be given for an optical profiler with one or more of the following additional features or capabilities: Line Item 0001: Stronger consideration 1)Specification 1., 1.1. above: Stronger consideration shall be given to a system with higher measurement range of at least 10 mm 2)Specification 1., 1.3. above: Stronger consideration shall be given to a system with higher RMS repeatability down to 0.01nm. 3)Specification 1., 1.5. above: Stronger consideration shall be give to a system with higher vertical speed of up 100 m/s. 4)Specification 1., 1.6. above: Stronger consideration shall be give to a system with higher image pixel resolution. 5)Specification 1., 8.2. above: Stronger consideration shall be given to a system that is thermally stable to a temperature above 180oC. Technical Capability: Evaluation of Technical Capability will 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 addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the products and services, 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 from other sources, including NIST. Offerors shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references will 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. Experience: Experience will be evaluated to determine the degree of vendors’ experience in successfully providing comparable systems for the types of applications described herein. Evaluation of experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its relevant experience information, if necessary. Price: The government shall evaluate price for reasonableness. Past Performance, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. PROVISIONS AND CLAUSES: The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html or www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items 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 full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html or www.acqnet.gov/far. The following clauses apply to this acquisition: 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: 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns. 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Representation 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, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-1 Buy American Act—Supplies; 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. *** REQUIRED SUBMISSIONS: All quoters shall submit the following: 1.An original and one (1) copy of a quotation which addresses Line Item 0001 and all evaluation criteria including the technical description and/or product literature and explain how your product meets or exceeds each specification. 2.Quoters should 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. 3.An original and one (1) copy of an established price list(s) for similar productions. 4.Country of Origin information for the Optical Profilometer. All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Janet Lamb, 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) 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. DUE DATE FOR QUOTE: Submission shall be received not later than 1:00 p.m. local time on May 28, 2010 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: Janet Lamb. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Janet Lamb) at janet.lamb@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES WILL BE ACCEPTED. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox of Janet Lamb. 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 48 hour (excluding weekends and holidays) prior notice shall be provided to Janet Lamb at 301-975-6205. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0379/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02148975-W 20100515/100513235333-8f94818e0a06838af6e5bf3d8ca61df6 (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.