Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
SOLICITATION NOTICE

66 -- Variable Temperature Tensile Stage

Notice Date
8/23/2011
 
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
SB1341-11-RQ-0509
 
Archive Date
9/22/2011
 
Point of Contact
Andrea A Parekh, Phone: (301)975-6984, Cheryl Rice, Phone: 3019753696
 
E-Mail Address
andrea.parekh@nist.gov, cheryl.rice@nist.gov
(andrea.parekh@nist.gov, cheryl.rice@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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Andrea Parekh, Contract Specialist, with copy to Cheryl Rice, Contracting Officer. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. 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 a Variable Temperature Tensile Stage for Small Angle X-Ray Scattering System. BACKGROUND The National Institute of Standards and Technology's (NIST's) Polymers Division requires a sample holder for doing in situ X-ray scattering measurements as a function of strain, temperature, and ambient. Samples must include polymer films and fibers. The sample holder will be mounted within a custom sample chamber in a Rigaku PSAXS system. The stage shall also be compatible with use on an optical microscope in both reflectance and transmission modes. ****All interested Contractor's shall provide a quote for the following: Line Item 0001: Quantity One (1) Variable Temperature Tensile Stage for Small Angle X-Ray Scattering System. The systems must meet or exceed all of the minimum specifications identified herein. All equipment must be new. Used or remanufactured equipment will not be considered for award. The system must meet or exceed the following minimum technical specifications: 1. Stage (Linkam TST250V or equivalent) a. The stage shall be able to fit in a chamber 12" wide, 12"deep, and 12" tall (the deep direction is parallel to the beam path). i. The beam path on the instrument is horizontal and the sample shall be mounted perpendicular to the beam. ii. The stage shall be sized such that the sample mount can be positioned anywhere within a 1" radius circle centered in the chamber (height and width direction) iii. The thickness of the stage and enclosure (in the deep direction) shall be less than 5" b. The stage shall control the sample temperature from at least -50 degrees Celsius to at least 250 degrees Celsius with 0.1 C accuracy and heating rate of at least 30 °C/min c. The stage shall apply a controlled strain to samples i. Strain shall be applied such that the center of the sample does not move and the stage maintains a constant field of view ii. The load range shall be from 0 to at least 200 N with a force measurement resolution of at least 0.01 N iii. The strain stage shall have a maximum travel of at least 80 mm, a variable velocity with a maximum rate of 1 mm/s, and positional resolution of at least 10 µm iv. The stage shall accommodate a sample with a width up to 22 mm and thickness up to 2 mm d. The stage shall allow controlled atmosphere i. The stage shall be enclosed and have removable X-ray transparent windows 1. Kapton and mica X-ray transparent windows shall be included 2. Both windows shall be circular with a size of at least 5 mm in diameter 3. The stage shall be compatible with operation inside an evacuated chamber while containing gas of pressures of about 1 atm ii. Removable windows for optical microscopy and spectroscopy must be included 1. Ultraviolet, visible, and infrared transparent window with transmission greater than 88% from a wavelength of 220 nm to 2000 nm iii. The stage shall be compatible with operation under vacuum iv. The stage shall be compatible with operation with He or humidified He flowing through the chamber 1. The stage shall include feedthroughs for flowing gas into the chamber 2. Controller (Linkam T95 Linksys or equivalent) a. The system shall include all controllers required to operate the stage including those required for cooling b. The controller must be computer controllable and include all necessary cables for connecting to a windows XP computer with USB. c. The system shall include all necessary cables, hoses, and feedthroughs for operation in an enclosed, evacuated sample chamber i. Feedthroughs shall be on either KF25 or KF40 ports. The instrument has 4 available KF25 ports and 1 KF40 port. 3. Software a. The system shall include all necessary software to control the stage i. The software shall allow plotting of stress versus strain ii. The software shall allow programming of arbitrary temperature and strain series b. The system shall include drivers that can be used in Labview for communicating with the controller and controlling the strain stage and the temperature. 4. Testing Requirements- Acceptance testing shall be completed, by NIST, upon completion of installation. a. NIST will use polymer fiber samples from ballistic project to verify that the above performance standards are met. b. The NIST Technical Information Contact (TIC) shall conduct measurements as needed to confirm compliance with specifications for the sample holding system. ***The Contractor shall provide a minimum one (1) year warranty on all components including shipping back to factory. The Contractor shall be responsible for the system during transit. All costs including parts, labor, travel, and other expenses necessary to repair any machine equipment will be borne solely by the contractor at no additional cost to the U.S. Government. *** ***Delivery shall be provided not later than 90 days after receipt of an order. Delivery 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** Award shall be made to the Contractor whose quote offers a firm fixed price and is the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, and 3) Price. Technical capability and past performance, when combined, shall be approximately equal to price. If Technical Capability and Past Performance, are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Note: If an offeror does not indicate whether its proposed equipment meets a certain technical requirement, NIST will determine that it does not. 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 should provide a list of 3-5 references to whom the same or similar equipment has been provided within the past 3 years. Price: The Government will evaluate price for reasonableness. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** 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. *** *** 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: 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: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 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. *** 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) ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 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) The offeror shall provide past performance information regarding up to three (3) representative relevant contracts/orders within the past 3 years with federal, state or local governments, universities and commercial customers. The information should describe contracts of a similar type and scope as the current requirement. If the offer intends to use another firm for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance it should include a statement to that effect in its proposal. The government reserves the right to consider data obtained from sources other than those described by the offeror in its proposal. For each of the above listed contracts/orders, the offeror shall provide the following information: • Contract Number/PO Number; • Description and relevance to solicitation requirements; • Period of Performance - Indicate by month and year the start and completion (or "ongoing") dates for the contract; • Name and address of the client with current telephone number and email address of a point of contact of the client responsible for this contract. • Contracting Office - If a Government contract (federal or state), identify the Procuring Contracting Officer, Administrative Contracting Officer, and Contracting Officer's Representative (COR), and their names and current telephone numbers and email address; • Contract Performance - A brief summary of performance provided; The offeror shall include information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. ***All quotes shall be received not later than 3:00 PM local time, on September 07, 2011, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. 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 Andrea Parekh, Contract Specialist on 301-975-6984. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0509/listing.html)
 
Record
SN02546448-W 20110825/110824000639-d09285b6194fce32074eb3ff1d808b24 (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.