Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2024 SAM #8250
SOLICITATION NOTICE

66 -- THERMO SCIENTIFIC NEOMA� MULTICOLLECTOR ICPMS (HIGH-RESOLUTION MULTIPLE-COLLECTOR-INDUCTIVELY COUPLED PLASMA MASS SPECTROMETER (HR-MC-ICP-MS)) SYSTEM

Notice Date
6/27/2024 9:06:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
1333ND24QNB640269
 
Response Due
7/11/2024 9:00:00 AM
 
Archive Date
07/26/2024
 
Point of Contact
Sadaf Afkhami, Phone: 3019753976, Donald Graham, Phone: 3019758567
 
E-Mail Address
Sadaf.Afkhami@nist.gov, donald.graham@nist.gov
(Sadaf.Afkhami@nist.gov, donald.graham@nist.gov)
 
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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.� THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR PARTS 12 AND 13.5 SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 effective May 22, 2024. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1,000 employees. Quoters must possess an ACTIVE registration in the System for Award Management system, www.SAM.gov, when submitting a quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract resulting from this solicitation. The Contracting Officer will confirm that quoters have an �active� registration at the www.sam.gov website upon receipt of the quotation. If the SAM.Gov registration is not active, the quotation will not be considered for award. This is a Brand Name Only requirement. Quoters must provide the brand name identified within the Statement of Requirement (SOR). The brand name only justification is as follows: The National Institute of Standards and Technology (NIST), Inorganic Chemical Metrology Group (ICMG) of the Chemical Science Division, performs elemental and isotopic measurements using a variety of spectro-chemical instrument methods, fulfilling customer needs through the provision of NIST Standard Reference Materials (SRMs) and development of methods used for the value assignment of elemental and isotopic data to SRMs. The ICMG requires a commercial HR-MC-ICP-MS to support the development and certification of accurate high precision isotopic benchmark RMs/SRMs and will form the basis for an expanded focus by NIST on producing matrix based SRM/RM materials certified for isotope composition for the isotope metallomics community. To meet the demands of expanding into the development of matrix-based SRMs/RMs and continuing our focus in the development of high-precision isotope SRMs /RMs, the commercial product must meet following minimum requirements: 1.) ��Must be able to meet and exceed our requirement of a resolving power of > 12,000. 2.)� �Must have moveable detectors necessary for optimizing medium and high edge resolution for isobaric interferences. mitigation on the isotopes of interest and ultimately for enhanced sensitivity of the isotopes being measured. 3.) ��The footprint must be able to fit into the available 100 square foot laboratory space. 4.) ��Commercial warranty and annual maintenance service. Based on NIST�s extensive market research, the Thermo Scientific NEOMA� Multicollector ICPMS instrument, manufactured by Thermo Scientific, has the following unique qualifications that make this instrument the only viable solution to our requirement: 1.) ��The Thermo instrument was the only instrument identified during market research that could fits into the 100 sq ft laboratory space available, with a space requirement of 98.5 ft2 including access space around the instrument. This is important because currently there is only one location available for a new HR- MC-ICP-MS. The ICMG is very limited in lab space for equipment due to space being occupied or slated for other projects. Additionally, there are no available funds for expansion of the lab space. Moreover, the space that is available currently has another operating instrument that cannot be moved as the exhaust system is situated for optimum function. Reconfiguration to this lab space is not possible at this time. 2.) ��Only equipment that has detectors that can be physically moved so that you can optimally mitigate interfering ion beams. The other vendor uses an entirely different approach where you can also mitigate interferences but with the drawback of not having the ion beam of interest necessarily entirely in the detector. SPECIFIC REQUIREMENTS Responsible quoters shall provide a quotation for the following Contract Line Items (CLINs), in accordance with the specifications outlined in the attached Statement of Requirement. All equipment must be new. Used or remanufactured equipment will not be considered for award: BASE LINE ITEMS: LINE ITEM 0001: (Quantity 1) Thermo Scientific NEOMA� Multicollector ICPMS (High-Resolution Multiple-Collector Inductively Coupled Plasma Mass Spectrometer (HR-MC-ICP-MS) system, inclusive of delivery, installation, training, and 1-year initial warranty, in accordance with the Statement of Requirements. OPTION LINE ITEMS: These line items will not be exercised at the time of award. They will be exercised in one-year increments at the Governments discretion: LINE ITEM 0002: (Quantity 1 YR) Extended Warranty- Option Year 1 in accordance with the Statement of Requirements. LINE ITEM 0003: (Quantity 1 YR) Extended Warranty- Option Year 2 in accordance with the Statement of Requirements. LINE ITEM 0004: (Quantity 1 YR) Extended Warranty- Option Year 3 in accordance with the Statement of Requirements. DELIVERY TERMS Delivery terms 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 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 Contractor whose quotation, conforming to the solicitation, provides the lowest priced, technically acceptable quote. Technically acceptable means that the quote: 1.)� Meets or exceeds the brand name only minimum equipment specifications listed within the Statement of Requirements; 2.)� Meets training, warranty, and installation requirements as applicable; 3.)� Meets the required delivery schedule; and 4.)� Meets Option Years 1-3 for Extended Warranty. Price: The price evaluation will determine whether the quoted prices are fair and reasonable in relation to the solicitation requirements.� Quoted prices must be entirely compatible with the technical quotation. NIST intends to evaluate quotations and issue a purchase order based on the initial quotes received. Therefore, the offerors initial quote should contain the offerors best terms from a price and technical standpoint. The Contracting Officer anticipates awarding this requirement without discussions but reserves the right to enter discussions if it is deemed necessary.� INSTRUCTIONS: Due Date for Quotations and Questions All quotations must be submitted, via e-mail, to Sadaf Afkhami, Contract Specialist, at Sadaf.Afkhami@nist.gov. Submissions must be received no later than 12:00 p.m. Eastern Time on July 11, 2024 FAX quotations will not be accepted. �Quoters must reference the RFQ number in the subject line of the e-mail submission.�� Quotes shall not be deemed received by the Government until the quotation has entered the e-mail inbox of the individual(s) set forth above. Questions: All questions regarding this notice must be submitted via e-mail to Sadaf Afkhami, at Sadaf.Afkhami@nist.gov, no later than 12:00 p.m. Eastern Time on July 3, 2024. Quotation Preparation Instructions Each quotation shall consist of three (3) separate electronic files: (1) Technical Quotation (2) Pricing Quotation (3) Completed copy of the Provisions and Clauses Technical Quotation- Shall include the following: (1) Technical description and/or product literature.� Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered products meet the brand name only specifications outlined in the statement of requirements. It is the responsibility of the quoter to ensure that submitted documentation clearly addresses all specifications and requirements. (2) If product literature does not address any given specification, the Contractor must provide a discussion of how the Contractor will meet or exceed that required specification. Any modifications must be discussed. It is the responsibility of the quoter to ensure that the discussion clearly addresses the modification and how the required specification(s) will be met with the quoted modification. If such information is not provided, the Government will conclude that the minimum specifications have not been met. (3) The quoted delivery timeline for the contract line items. (4) A description of the quoted installation, training, and warranty. (5) A description of the quoted Option Year Extended Warranty for Option Years 1-3. Price Quotation: (1) All Quoters shall submit a firm fixed price, FOB Destination, price quotation for the contract line items. The quotation must include a unit price and total amount for each line item and the aggregate price for all contract line items. (2) The price quotation shall include a cover page with the following information: The solicitation number 1333ND24QNB640269; The name and address, of the Quoter; The name, phone number, and email address of the Quoter�s point of contact; Unique Entity Identifier # for Quoter�s active SAM.Gov registration. Any applicable discount terms. A statement that the Contractor agrees to all terms, conditions, and provisions included in the solicitation. 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.� A statement that the quotation is valid for a minimum of 90 days from the response deadline of this solicitation. Completed Solicitation Provisions: A completed version of all required solicitation provisions (see attached provisions/clauses document � required submissions highlighted in blue).� 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. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under the attachment entitled �Applicable Clauses & Provisions.� The full text of a FAR provision or clause may be accessed electronically www.acquisition.gov/far.� The full text of a CAR provision or clause may be accessed electronically at http://www.osec.doc.gov/oam/acquistion_management/policy/. ATTACHMENTS: The following attachments apply to this solicitation: 1 Statement of Requirements 2. Applicable Provisions & Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3066f52f1ca2482cb9520e399bfdc8e1/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07111214-F 20240629/240627230124 (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.