Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1999 PSA#2267

National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572

66 -- LASER-BASED MICROELECTROPHORESIS AND QUASI-ELASTIC LIGHT SCATTERING (QELS) PARTICLE SIZING SYSTEM SOL 53SBNB960040 DUE 012699 POC Daniel R. Mullins, Contract Specialist (301) 975-6337, Fax (301) 963-7732, Anita Tolliver, Contracting Officer (301) 975-6308. WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS SYNOPSIS/SOLICITATION REPLACES SOLICITATION 53SBNB960033. THIS ANNOUNCEMENT CHANGES THE REQUIREMENT TO UNRESTRICTED. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER 53SBNB960040 IS BEING ISSUED AS A REQUEST FOR QUOTATION (RFQ) USING SIMPLIFIED ACQUISITION PROCEDURES. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-09. The SIC code applicable to this acquisition is 3826 and the related small business size standard is 500, however, this requirement is unrestricted. The National Institute of Standards and Technology's (NIST's) Ceramics Division has a requirement for a Laser-based Microelectrophoresis and Quasi-elastic Light Scattering (QELS) Particle Sizing System which will be used for routine particle characterization in fluids, comparative studies with other sizing/zeta potential methods, development of reference materials, and as a research tool in basic science studies on submicrometer ceramic particulates. The Contract Line Item, quantity and unit of measure are as follows: CLIN 0001, Laser-based Microelectrophoresis and QELS Particle Sizing System, 1 each. The product shall have the following specifications: 1) Dual measurement capacity for electrophoretic mobility and particle size, 2) 10mW laser (minimum power output), 3) Multiple delay time (multi t), non-linear correlator with 256 equivalent channels for particle size analysis by QELS, 4) Standard inversion/size analysis packages, including NNLS, cumulants, and Contin, 5) Applicable particle size range for instrument at least 5nm to 2 um, 6) Electrophoretic mobility range for instruments at least 0 to 10 um cm/V s, 7) Temperature control within +/-0.1 deg C over a range from at least 15 to 30 deg C, 8) Aqueous and Non-aqueous measurement cells, 9) Auto-titration unit compatible with measurement system, 10) Minimum requirements for control computer: Pentium CPU, at least 200 MHz, at least 2 GB HD, 11) Windows-based control/analysis software and operating system environment (Windows 95 or more recent version compatible operating system), 12) Data export capabilities using DDE links. The vendor shall deliver line item 0001 FOB Destination, within 30 days after contract award, at NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. The provisions at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The Government will award a purchase order 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 Government will evaluate information based on the following criteria listed in descending order of importance with the TECHNICAL FACTORS being significantly more important than price. 1) Technical capability to meet the agency need; and 2) Past Performance. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (9) 52.222-26, (10) 52.222-35, (11) 52.222-36, (12) 52.222-37, (13) 52.225-3, and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded from the NIST Web Page located at http://www.nist.gov/admin/od/contract/protest.htm. Other clauses that apply to this acquisition are 52.227-19, Commercial Computer Software-Restricted Rights. Year 2000 Warranty-Commercial Supply Item applies to this acquisition. The Contractor warrants that each hardware, software and firmware product delivered under this contract and listed below shall be able to accurately process date data (including, but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculations, when used in accordance with the product documentation provided by the contractor, provided that all listed or unlisted products (e.g. hardware, software, firmware) used in combination with such listed products properly exchange date data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or warranties contained in this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the Government under this warranty shall include repair or replacement of any listed product whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. All offerors shall submit the following: 1) Three (3) copies of quotation which addresses CLIN 0001; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) A list of two (2) contracts/purchase orders completed during the past three years for similar equipment with the following information: name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded from http://www.nist.gov/admin/od/contract/repcert.htm. All offers should be sent to the National Institute of Standards and Technology, Acquisition and Assistance Division, Attn: Daniel R. Mullins, 100 Bureau Drive, Stop 3572, Building 301, Room B117, Gaithersburg, MD 20899-3572. For information, call the POC identified above. Submission must be received by 3:00 p.m. local time on January 26, 1999. Previous offers submitted for solicitation 53SBNB960033 are not acceptable. All interested parties must send offers addressing this solicitation. Faxed offers will be accepted to (301) 963-7732. Posted 01/20/99 (W-SN289809). (0020)

Loren Data Corp. http://www.ld.com (SYN# 0262 19990122\66-0003.SOL)


66 - Instruments and Laboratory Equipment Index Page