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