Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOLICITATION NOTICE

66 -- Automated Hardness Mapper

Notice Date
9/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB647020-15-03578
 
Archive Date
10/6/2015
 
Point of Contact
MeeLondrell T. Parks, Phone: 303-497-5270, Angela L. Hitt, Phone: 303-497-7305
 
E-Mail Address
meelondrell.parks@nist.gov, angela.hitt@nist.gov
(meelondrell.parks@nist.gov, angela.hitt@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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, NB647020-15-03578, is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500 employees. This is unrestricted and all interested parties may submit a quotation; it is being issued using the simplified acquisition procedures under the authority of FAR 13.5 Certain Commercial Items. This combined synopsis/solicitation is for the following commercial item(s): CLIN 0001: One (1) Micro Hardness Tester to include at least 1 year warranty for the equipment. Description of requirements for the item to be acquired: National Institute of Standard and Technology's (NIST) Material Measurement Laboratory, Applied Chemicals and Materials Division requires a micro hardness tester to better understand the structure-property-processing relationships of weld deposits and additively manufactured materials, determination of the 2-dimensional spatial distribution of hardness is necessary since these manufacturing processes result in extreme microstructural and property gradients due to their implementation of non-uniform heat sources. To complete programmatic objectives to analyze the structure-property-processing relationships of materials processed with welding and additive manufacturing, the NIST Applied Chemicals and Materials Division must acquire an automated hardness tester. The Contractor shall provide One (1) automated micro hardness testing system that meets the following minimum technical requirements. The Contractor shall install the system and provide training as described below. The Contractor shall also demonstrate that they have expertise in the manufacturer and support of automated micro hardness testing systems by providing at least three (3) references of entities that have already procured automated micro hardness testing systems, and regularly use such a system for measuring 2D spatial distribution of weld (or similar) hardness. The Contractor shall deliver the system, as described below: 1. TECHNICAL SPECIFICATIONS: 2. Must conform to or exceed ASTM E-384 Standard Test Method for Knoop and Vickers Hardness of Materials. 3. Must be capable of fully automated micro-scale indentation (hardness) testing with computer-driven control of motorized sample stage in x-, y-, and (focus) z-directions. 4. Stage precision and repeatability in the x- and y-directions must be equal to or better than ±0.01 mm (±0.00039 inch). Z-direction (focus) precision must be equal to or better than ±0.001 mm (±0.000039 inch). 5. Stage movement in the focus or z-direction must be fully automated and have the ability to independently and automatically focus on each indent by software control. Focus must also be able operate under manual control as needed. 6. Must measure hardness on metal surfaces that are etched and/or scratched. 7. Must support two indenters including Vickers and Knoop indenters and must include one (1) Vickers indenter, and one (1) Knoop indenter. 8. Must support user defined and adjustable dwell time on the indentation cycle. 9. Must support multiple objective lenses on a single turret, in addition to indenters, and include appropriate assortment of at least three (3) objective lenses for typical hardness measurement of metals, e.g., 2.5x-5x, 10x-20x, 40x-50x, and 100x. 10. Must have a minimum load range of 10 grams or less and a maximum load range of 1000 grams or more, and have multiple increments of load range between the minimum and maximum load levels specified here. 11. Must hold multiple samples and include necessary holder/fixture to accommodate multiple metallographic samples. Sample holder must accommodate typical metallographic mounts that are between 25.4 mm (1 inch) and 50.8 mm (2 inch) in diameter. 12. Must include holder/fixture to accommodate unmounted samples. 13. Must include a certified hardness test block for an appropriate load that falls within the load range specified here. 14. Must have vibration isolation feet and self-leveling capability. 15. The automated micro hardness tester system must include a computer and LCD monitor. 16. The computer must include control and analysis software that fully automates the hardness mapping process including directing the placement of multiple indent patterns and custom user-defined patterns. 17. The control software must allow the user to create custom indent patterns such as straight and multipath lines, and rectangular analysis areas. 18. The analysis software must perform measurement of indentation dimensions at all indents subsequent to making indentations. 19. The analysis software must be calibrated at each included objective lens. 20. The analysis software must be capable of exporting hardness measurements and corresponding x- and y-coordinates of the stage into open-file types such as.csv,.txt, or.dat format. 21. Must operate on 110 VAC, 60 Hz, and single-phase power 22. The system must include an operations and maintenance manual covering proper operation, routine maintenance, and trouble shooting for the system and controlling software. INSTALLATION: The Contractor shall install the system in Building 2 at NIST Boulder, CO. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications, calibration, and removal of all trash. The system will operate to manufacturer's specifications upon installation. Installation will take place during normal business hours, between 8:30 am and 5:00 pm Mountain Time, Monday through Friday except Federal Holidays, and will be coordinated with the NIST Technical Point of Contact (TPOC). Installation is to occur within 60 days of award. WARRANTY: The Contractor shall provide, at a minimum, a one year warranty for the equipment. The warranty shall cover all parts, labor and travel. The warranty shall commence upon successful completion of delivery, installation, training and demonstration of all required specifications. TRAINING: Include at least 8 hours of training at NIST for up to 3 NIST personnel covering normal operation, troubleshooting, and routine maintenance. Training will be provided during normal business hours, between 8:30am and 5:00pm Mountain Time, Monday through Friday, except Federal Holidays, and will be coordinated with the NIST TPOC to ensure maximum availability of NIST personnel. The training may be completed on-site at NIST immediately after installation and demonstration of specifications or within ten (10) days of installation and demonstration of specifications. FOB Destination for delivery is NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. All operations and maintenance manuals for the analytical instrument shall be provided within 60 days of award. Please note shipping information will be provided by NIST at time of Award. BASIS OF AWARD: Award shall be made to the lowest priced, technically acceptable quoter. This will be a firm fixed price purchase order to the responsible contractor submitting a quote that meets all of the requirements of this RFQ and who has the lowest price. TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. PRICE: Price shall be evaluated for reasonableness. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical specifications and deliverable schedule. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. (Quotes shall be evaluated in accordance with the criteria shown above). The quoter must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Commercial Items including subparagraphs: 52.203-6, Restriction on Subcontract Sales to the Government with Alternate 1 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations 52.219-8, Utilizing 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 Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports for Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-5, Trade Agreement Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim The following provisions and clauses are also incorporated by reference into this solicitation: FAR 52.232-13, Notice of Progress Payments FAR 52.232-16, Progress Payments FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, FOB Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): at http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm FAR 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm CAR 1352.201-70, Contracting Officer's Authority CAR 1352.201-72, Contracting Officer's Representative (COR) CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests CAR 1352.246-70, Place of Acceptance (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST, 325 Broadway, Boulder, CO 80305. NIST LOCAL-04 BILLING INSTRUCTIONS (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 NIST LOCAL-39 Marking/Packing Instructions If the total contract/order includes multiple quantities of the same or like item(s), segregated as separate CLIN/Item numbers, deliverables shall be packed accordingly. Each individual package/container in the shipment shall include deliverables on a per-CLIN or Item basis. (1) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual components constitute a full and complete "unit" for each bid item. The packing list shall include the brief description of each item found in the schedule. If more than one container is required for each unit, each container should be marked accordingly, e.g., "Box 1 of 2," "Box 2 of 2" and the boxes, where feasible, should be taped or shrink-wrapped together as an issuable unit. (2) The contract number and CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. The Contractor shall submit a Quote, to be received no later than 5 p.m. Mountain Time, Tuesday, September 21, 2015, and must include the following: Company name, address phone numbers, DUNS number, itemized quote including all minimum specifications. Quotes shall be delivered via email to meelondrell.park@nist.gov. Please direct any questions regarding this solicitation to MeeLondrell Parks at meelondrell.park@nist.gov no later than 8:00 a.m. Mountain Time, Monday, September 21, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB647020-15-03578/listing.html)
 
Place of Performance
Address: U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Acquisitions Management Division, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03894152-W 20150920/150919000003-73e5714f17b2d807274a6140edc5bbb0 (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.