Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

70 -- High Throughput Ink Jet Printer System - Attachment A

Notice Date
9/9/2010
 
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
NB837050-A-05388
 
Archive Date
10/1/2010
 
Point of Contact
Janine A. Kerns, Phone: 301-975-4267
 
E-Mail Address
janine.kerns@nist.gov
(janine.kerns@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment A Minimum Specifications for Line Items 0001 and 0002. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. FAR PART 13, SIMPLIFIED ACQUISITION PROCEDURES, ARE UTILIZED IN THIS PROCUEREMENT. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEIGN REQUESTED, AND A WRITTEN SOLICITATION DOCUMENTS WILL NOT BE ISSUED. This solicitation is a request for quotation. The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a size standard of 500 employees. This requirement is being competed as a total small business size standard under the NAICS code 334516. All offerors are required to be small businesses under the size standard of 500 employees The National Institute of Standards and Technology (NIST) requires a piezoelectric drop-on-demand materials deposition printer system. This system will be used to support a time-critical research program to produce standard materials for calibration of explosives and narcotics trace detection instruments deployed throughout the United States in support of Homeland Security. The printer is needed for high throughput and precision delivery of high-explosive and narcotic solutions on a variety of substrates (samples) including floppy disks, simulated luggage, cloth and paper. Two critical requirements for this deposition system is the integration of a precision mass measurement capability and the capability of delivering sub-microgram quantities of solutions at a rate of 3 sec per sample, 200 - 400 samples per run, and a minimum of 10 runs (at least 2,000 cloth or paper samples) in an 8 hour period. The offeror shall provide the following: LINE ITEM 1: Quantity one (1) each, High Throughput Ink Jet Printer System to dispense Explosives and Narcotics Solutions by non-contact means. The equipment must meet or exceed all of the required specifications stated in Attachment A to this solicitation.; LINE ITEM 2 : Quantity one (1) each Submicrogram Analytical Balance for mass measurement. The equipment must meet or exceed all of the required specifications stated in Attachment A to this solicitation.; LINE ITEM 3: INSTALLATION. The Contractor must install the system. Installation must include, at a minimum, uncrating/ unpackaging of all equipment, set-up and hook-up of all equipment, turn-key start-up, and demonstration of all minimum specifications. Installation must be completed not later than 2 weeks of delivery. The equipment must be installed in Building 217, Room D119 of the NIST Gaithersburg Campus. Installation must be completed during business hours; Monday- Friday, 8:30 AM-5:00. All necessary services (electrical, plumbing, ventilation will be supplied by NIST). LINE ITEM 4: TRAINING. The Contractor must provide training on-site at NIST Gaithersburg for two (2) NIST personnel. This training may commence immediately upon completion of installation. Training must include, at a minimum, a thorough demonstration of all equipment functions, basic equipment operation, basic troubleshooting, maintenance of the system, and application of printing high explosives. Installation & training must be scheduled, in advance, with the NIST Technical Contact, (to be identified upon award.) APPLICABLE PROVISIONS AND CLAUSES: The Following FAR provisions and clauses apply to this solicitation: 52.212-1 52.212-3 52.212-4 52.212-5, including 52.222-50, 52.233-3 and 52.233-4 in paragraph (a) (1), and the following fill-ins in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222.19, 52.222-21, 52.222-26, 52.222-36, 52.225-13 and 52.232-33. The following standards of Section 508 of the Rehabilitation Act of 1973 apply to this acquisition: 1194.21 - Software applications and operating systems 1194.31 - Functional performance criteria 1194.41 - Information, documentation, and support ADDENDUM TO PROVISION 52.212-1 - QUOTATION SUBMISSION INSTRUCTIONS (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must include- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) The time specified in the solicitation for receipt of offers; (4) Technical description of the items being offered in sufficient detail to evaluate compliance with requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any expressed warranty; (6) Price and discount terms; (7) "Remit to" address, if different than mailing address; (8) Acknowledgement of solicitation amendment(s); (9) FOB Destination based firm-fixed-price for each contract line item number, and any discount terms for those prices; (10)Evidence that the offeror is authorized by Original Equipment Manufacturers (OEM) to provide the required hardware and software, and (11). Offerors shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Delivery: Delivery shall be FOB DESTINATION and shall take place not later than 60 days after contract award. 1. Delivery shall be made within 30 days of date of contractor acceptance of the purchase order. Delivery shall be FOB Destination to: National Institute of Standards and Technology Building 301 Shipping and Receiving 100 Bureau Drive Gaithersburg, MD 20899-0001 2. All quotes shall be submitted so that they are received no later than 12:00 PM Eastern Time on September 16, 2010 to Janine Kerns at Janine.kerns@nist.gov. EVALUATION FACTORS FOR AWARD: This requirement will be awarded to the technically acceptable small business offeror who represents the lowest price. In order to be technically acceptable, an offeror must meet each specification in the attached list of requirements, and must comply with the terms of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB837050-A-05388/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02275092-W 20100911/100910000123-a7eca219003b929107cf33268abf29ec (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.