Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2024 SAM #8248
SPECIAL NOTICE

66 -- Lock-in Amplifier System Field Upgrade � Combined Sources Sought/Notice of Intent to Sole Source

Notice Date
6/25/2024 7:18:22 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
AMD-SS24-63
 
Response Due
6/30/2024 9:00:00 PM
 
Archive Date
07/16/2024
 
Point of Contact
Joni L. Laster, Tracy Retterer
 
E-Mail Address
joni.laster@nist.gov, Tracy.retterer@nist.gov
(joni.laster@nist.gov, Tracy.retterer@nist.gov)
 
Description
***THIS IS A COMBINED SOURCES SOUGHT NOTICE AND NOTICE OF INTENT TO SOLE SOURCE*** BACKGROUND The National Institute of Standards and Technology (NIST) is seeking information from sources that may be capable of providing a Lock-in Amplifier System Field Upgrade. If no alternate sources are identified, the Government intends to issue a Sole Source Award to Zurich Instruments (TechnoparkStrasse 1, 8005 Zurich ZH, Switzerland) under the authority of FAR 13.106-1(b). The North American Industry Classification System (NAICS) code for this acquisition is 334516.� The National Institute of Standards and Technology (NIST) requires a field upgrade in capabilities of an existing Zurich Instruments MFLI (S/N: MF-DEV4998) lock-in amplifier system to include new capabilities such as impedance analysis, extended frequency range and multiple demodulators. This upgrade will allow new signal test capabilities when novel devices custom-built for electronic measurements of biological physics. A field upgrade kit comprised of impedance analyzer, extended frequency range option to 5 MHz and multiple demodulators are required for biomolecule measurements. The system should run be compatible with the LabOne software platform for interoperability with existing Zurich Instruments hardware already in use. The system should meet the minimum specifications below. The system must be fully self-contained and include all hardware. Contract Line Item Number (CLIN) 0001: The Contractor shall provide one (1) frequency extension upgrade option for an existing Zurich Instruments MFLI with S/N: MF-DEV4998 that meet the following minimum specifications: 1.�������� Frequency Range: DC to 5 MHz 2.�������� Compatibility: Function seamlessly with other installed options and extend their respective frequency ranges. CLIN 0002: The Contractor shall provide one (1) impedance analyzer upgrade option for an existing Zurich Instruments MFLI with S/N: MF-DEV4998 that meet the following minimum specifications: 1.�������� Operating frequency range: 1 mHz to 5 MHz 2.�������� Total number of impedance analyzers: 2 in conjunction with CLIN003 3.�������� Accuracy: 0.005 % or better. CLIN 0003: The Contractor shall provide one (1) multiple demodulator upgrade option for an existing Zurich Instruments MFLI with S/N: MF-DEV4998 that meet the following minimum specifications: 1.�������� Number of independent oscillators: upgrade to 4 total 2..������� Number of independent demodulators:� upgrade to 4 total 3..������� Maximum operating bandwidth: 5 MHz 4.�������� External reference signals: upgrade to 2 total Phase-locked loops (PLL) NIST conducted market research from May-June 2024 by, speaking with colleagues, performing internet searches, and speaking with vendors to determine what sources could meet NIST�s minimum requirements.� The results of that market research revealed that only Zurich Instruments, (UEI: WXNAU91NVWB6) as the manufacturer of the original equipment, is the only vendor that capable of meeting our technical requirements. HOW TO RESPOND TO THIS NOTICE In responding to this notice, please DO NOT PROVIDE PROPRIETARY INFORMATION. Please include only the following information, readable in either Microsoft Word 365, Microsoft Excel 365, or .pdf format, in the response.� Submit the response by email to the Primary Point of Contact and, if specified, to the Secondary Point of Contact listed at the bottom of this notice as soon as possible, and preferably before the closing date and time of this notice. Provide the complete name of your company, address, name of contact for follow-up questions, their email, their phone number and, if your company has an active registration in https://sam.gov, your company�s Unique Entity ID (UEI). Details about what your company is capable of providing that meets or exceeds NIST�s minimum requirements. Whether your company is an authorized reseller of the product or service being cited and evidence of such authorization. Identify any aspects of the description of the requirements in the BACKGROUND section above that could be viewed as unduly restrictive or create unnecessary barriers that adversely affect your firm�s ability to fully participate in a procurement for such services and explain why.� Please offer suggestions for how the requirements could be organized or structured to encourage the participation of small businesses. For the NAICS code Indicate whether your company is (a) a small business or (b) other than small business.� See the Table of Small Business Size Standards and the associated .pdf download file for small business size standards and additional information. If you believe the NAICS code listed in this notice is not the best NAICS code for the type of product addressed in this notice, identify an alternative NAICS code that you believe would be more appropriate for the planned procurement.� If your firm has existing Federal Supply Schedule contract(s) or other contracts for products or services against which the Department may be able to place orders, identify the contract number(s) and other relevant information. Describe your firm�s experience (as a prime, subcontractor, or consultant) providing the products or services described in Background section. Provide any other information that you believe would be valuable for the Government to know as part of its market research for this requirement. Please let us know if you would like to engage to get a better understanding of the requirement or need additional information about the Government�s requirement for the products or services described in the Background section.� QUESTIONS REGARDING THIS NOTICE Questions regarding this notice may be submitted via email to the Primary Point of Contact and the Secondary Point of Contact listed in this notice. Questions should be submitted so that they are received by 12:00. Eastern Time on July 1, 2024.� Questions will be anonymized and answered via sources sought notice amendment following the question submission deadline. IMPORTANT NOTES The information received in response to this notice will be reviewed and considered so that the NIST may appropriately solicit for its requirements in the near future.� This notice should not be construed as a commitment by the NIST to issue a solicitation or ultimately award a contract.� This notice is not a request for a quotation. Responses will not be considered as proposals or quotations. No award will be made as a result of this notice.� NIST is not responsible for any costs incurred by the respondents to this notice. NIST reserves the right to use information provided by respondents for any purpose deemed necessary and appropriate. Thank you for taking the time to submit a response to this request!
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5ac7eead192847c18ca890847d093245/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07106709-F 20240627/240625230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.