Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2017 FBO #5543
SOLICITATION NOTICE

66 -- Mythen2 R 1K X-Ray Detector - Provisions and Clauses

Notice Date
1/24/2017
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-17-RQ-0164
 
Archive Date
2/18/2017
 
Point of Contact
Latish Walker, Phone: 3019750474, Grace H. Garrity, Phone: 3019752345
 
E-Mail Address
latish.walker@nist.gov, grace.garrity@nist.gov
(latish.walker@nist.gov, grace.garrity@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Please fill in the applicable provisions attached. COMBINED SYNOPSIS/SOLICITATION SB1341-17-RQ-0164 Mythen2 R 1K XRD Detector 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 separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13, Simplified Acquisition Procedures. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94 effective 1/19/2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1,000 Employees. This acquisition uses small business set-aside competition procedures. This is a brand name only requirement. Quoter's must provide the brand name identified within the Specifications document. All part numbers listed herein are Mythen2 R 1K. The brand name only justification is as follows: The Mechanical Performance Group, part of NIST's Material Measurement Laboratory, develops new and improved models, test methods and standards to facilitate accurate measurement of the mechanical and corrosion properties of advance materials such as high strength steel and aluminum alloys, as well as conventional materials under extreme environmental and operating conditions. The group also generates and disseminates reliable mechanical property and corrosion data; collaborating with standards organizations, U.S. industry and the Federal Government in test-method development. The Mechanical Performance Group uses x-ray diffraction detectors to conduct experiments to further this mission. The detectors quickly obtain detailed structural and phase information of materials, increase the accuracy of data, boost time-resolved measurements, and introduce pair distribution function analysis to results in a wide range of industrial and research applications to include academia and laboratory research. The Group requests to procure a brand name only Mythen2 R 1K X-Ray Detector because of its ability to integrate into a variety of X-ray diffraction and scattering instruments, covering XRPD, SAXS, stress, reflectometry and PDF applications. In addition, the Mythen2 R unites all the benefits of synchrotron-proven technology with laboratory and industrial needs. Two key technologies, single-photon counting, and hybrid photon counting, combined with a range of sensor geometries ensure the best quality in X-ray diffraction and scattering techniques. Responsible quoter's shall provide pricing for the following line items. All equipment must be new. Used or remanufactured equipment will not be considered for award. Line Item 0001: Quantity one (1), Mythen2 R 1K X-Ray Diffraction Detector, meeting all specifications in accordance with the Specifications document inclusive of F.O.B Destination shipping, and warranty. FAR 52.217-7 Optional Line Items for Increased Quantity OPTION Line Item 0002: Quantity one (1), Optional Line Item to procure a second x-ray diffraction detector in accordance with the Specifications document to be delivered within 60 days of contractor receipt of option exercise. OPTION Line Item 0003: Quantity one (1), Optional Line Item to procure a third x-ray diffraction detector in accordance with the Specifications document to be delivered within 60 days of contractor receipt of option exercise. OPTION Line Item 0004: Quantity one (1), Optional Line Item to procure a fourth x-ray diffraction detector in accordance with the Specifications document to be delivered within 60 days of contractor receipt of option exercise. Delivery The system must be delivered within 60 days of the date of award. The items shall be shipped F.O.B. Destination to: The National Institute of Standards and Technology ATTN: Adam Creuziger 100 Bureau Drive Building 301 Gaithersburg, MD 20899 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 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. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest priced, technically acceptable quotation. Technically acceptable means that the Contractor provides a system that meets the brand named requirement contained in the Specifications document, and the requirements of all Line Items and the solicitation. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1. For the purpose of evaluation of Technical Acceptability: Documentation that confirms the contractor is capable of providing the brand name equipment specified in the Specifications document. Quoter's shall include a copy of the quoted system's manufacturer's specifications. 2. A firm-fixed-price quotation for each Line Item as specified in the Contract Line Items. 3. A completed version of all required solicitation provisions (see attached provisions/clauses document - required submissions highlighted in blue). 4. If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor 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:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. 5. Quoter's shall provide an active DUNS # for the System for Award Management (SAM) registration. Quoter's must have an active registration at www.SAM.Gov to be considered for award. 6. If the Quoter's representations and certifications do not reflect the NAICS code governing this solicitation, Quoter's must submit documentation that they are a small business under the NAICS code governing this solicitation. 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 a contractor 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 contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; DUE DATE FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Tish Walker, Contract Specialist at latish.walker@nist.gov Submission must be received not later than 11:00 a.m. Eastern Time on Friday, 3 Feb 2017. A quotation shall be considered received when it is received in the electronic inbox of Tish Walker not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to latish.walker@nist.gov by 11:00 a.m. Eastern Time on Friday, 3 Feb 2017. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/. ATTACHMENTS: The following attachments apply to this solicitation: 1. The Specifications document 2. Applicable Clauses & Provisions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-17-RQ-0164/listing.html)
 
Record
SN04379701-W 20170126/170124234901-3377c51f3b448ea0df29f80ffa757d83 (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.