SOLICITATION NOTICE
66 -- Custom built K-B mirror system
- Notice Date
- 3/12/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Health Library, Bldg. 10, Room 1L25A, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- NIHLM2014091
- Archive Date
- 4/11/2014
- Point of Contact
- Sonya Owens-Cobblah, Phone: 3015944666, Maxwell Kimpson, Phone: (301) 435-4380
- E-Mail Address
-
owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov
(owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.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 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2014091 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500 employees. This solicitation is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Library of Medicine (NLM), on behalf of the National Institute of Diabetes and Digestive Diseases (NIDDK) intends to procure a K-B (Kirkpatrick-Baez) mirror pair. Specifications: The mirror pair will be used in on-going testing and research to better understand how proteins function in time-resolved x-ray studies. The mirror pair is needed to focus x-rays. Further, a Secondary Kirkpatrick-Baez (K-B) X-ray mirror system is needed to tailor the X-ray spot size and divergence. This mirror system will facilitate at least a two-fold extension into the small-angle X-ray scattering region (SAXS), which will allow time-resolved SAXS/WAXS studies of particles more than twice as large as that achievable without this K-B mirror system. Moreover, the ability to shrink the X-ray spot size at the sample location by up to a factor of four will enable time-resolved Laue crystallography studies of much smaller crystals, and will extend the time-resolved capabilities to systems for which the photo reaction is irreversible. These improvements will enlarge significantly the scope of systems that can be incisively studied on this time-resolved beamline, including protein systems whose function is biomedically relevant to human health. Period of Performance: The custom-built K-B mirror system must ready for shipping to BioCARS by Sept. 12, 2014, with shipping costs will be covered by a separate invoice. Upon acceptance of the K-B mirror system (see Inspection and Acceptance Requirements), the vendor will submit to an invoice. The x-ray pair must be able to: To integrate a K-B mirror system with existing components on the BioCARS beamline, it must fit within a 400x575 mm (WxL) footprint, with dowel pin holes on the underside of the baseplate to facilitate registration between the baseplate and an optical table with an array of 1" tapped holes. The horizontal and vertical focusing mirrors should be made of silicon, have a surface roughness of ≤1Å, and have adjacent to their center line 5-mm wide Rhodium and 4-mm wide bare Silicon stripes. The length of the mirrors should be 240 mm with an active optical length of 200 mm. The mirrors must be supported on mechanical benders capable of achieving an elliptical curvature with ≤1 μrad slope error. The K-B mirror system must provide stepper-motor control of mirror curvature, pitch, and translation, with precision home switches integrated to fiducialize the motors after system start up. The mirror curvature should be controllable from flat to < 150 m radius of curvature. The mirror pitch should be controlled to a precision of 2-3 μrad, and the mirror translation to 0.1 μm. The vertical focusing mirror should be downward deflecting on the upstream side of the enclosure, and the horizontal mirror should deflect the beam to the left (when looking downstream). All motorized controls must be repeatable with the angular deflection set to be complementary to that generated by the Primary K-B mirrors, which typically operate at 3.8 mrad angle of incidence. The mirrors must also provide manual adjustments to align the mirrors with respect to the optical table, and set the horizontal and vertical mirrors orthogonal to each other. The entire K-B mirror assembly must be enclosed within a transparent, helium-purged box. The working distance between the exit face of the enclosure and the sample position shall be ~200 mm. This secondary K-B mirror system will be used to re-image the X-rays passing through one of two pairs of upstream X-ray slits onto the sample position. The upstream X-ray slits will be located ≤1.4 m upstream from the center of the horizontal focusing mirror, which will facilitate up to 4X demagnification at the sample position. The throughput of the mirror system should be ≥ 70% at 12 keV and 3.8 mrad angle of incidence. Vendors capable of meeting the K-B mirror specifications and delivery schedule must submit for approval diagrams, plans, estimates, and other supporting information that the vendor believes to be relevant to this procurement. After placement of the order, NIDDK will consult with the vendor regarding locations for alignment pins and tapped holes on the underside of the K-B mirror system, and will supply drawings indicating their placement. NIDDK will also coordinate shipping and customs paperwork through a broker having prior experience with both the APS and the vendor. The motion control systems required to operate the K-B mirror system will be acquired by BioCARS and integrated into their beam line control system in advance of the required delivery date. Inspection and Acceptance Requirements: Upon delivery to BioCARS, an NIDDK representative will be onsite to inspect the contents and certify safe arrival of the K-B mirror system. This system must be tested with X-rays before final acceptance. This testing is tentatively planned for the first week of Oct. 2014, after the APS resumes operation following a month-long shutdown. NIDDK and the BioCARS beam line staff will perform the required tests and certify whether the mirror system meets the required specifications. NIDDK is responsible for final acceptance of the system, upon which NIDDK will pay the vendor the quoted cost. NIDDK Property: An NIDDK/NIH representative will travel to BioCARS to assist with the integration and testing of the K-B mirror system. An NIH property sticker will be affixed to the K-B Mirror system, a secure copy of the packing slip, bill of lading, a stamped, signed, and dated receiving document, and complete an NIH 2818 form for entry in the NBS. The NIDDK/NIH representative will also complete the NIH 2489-2 to formalize the loan of this equipment. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: The offeror must include a completed copy of the following provisions: FAR Clause 52.212-1 Instructions to Offerors Commercial; As stated in FAR Clause 52.212-2 (a), FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items, Contract Terms and Conditions - Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered." The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement to include Statement of Work, 6. Contracting Officer's Name and Telephone Number, and 7. Program Manager's Name and Telephone Number. * If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) days from the publication date of this synopsis on March 27, 2014 by 4:30 p.m., ET. The quotation must reference "Solicitation number" NIHLM2014091". All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Library of Medicine, NIDDK Acquisitions Office, 6707 Democracy Blvd., Room 770B, Bethesda, Maryland 20817, Attention: Sonya Owens-Cobblah. Faxed copies will not be accepted. The National Library of Medicine requests the procurement of the professional services contract to provide service and maintenance. Vendors may identify in writing their interest and capability in response to this requirement or submit a proposal. This notice of intent is not a request for competitive proposals. However, all responses received before the closing date of this announcement will be considered by the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quotation which, if timely received, shall be considered by the agency. The contract vehicle is a Firm Fixed price contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIHL/NIHLM2014091/listing.html)
- Place of Performance
- Address: on loan @ BioCARS, University of Chicago, 9700 South Cass Avenue, Bldg. 434B, Argonne, Illinois, 60439, United States
- Zip Code: 60439
- Zip Code: 60439
- Record
- SN03309022-W 20140314/140312235205-9345428089b611d2f72d9d060ec64cdf (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 |