Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2004 FBO #0933
SOLICITATION NOTICE

66 -- Multichannel Analyzer

Notice Date
6/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-04-Q-0611
 
Response Due
6/22/2004
 
Archive Date
7/7/2004
 
Point of Contact
Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
carol.wood@nist.gov, Patrick.Staines@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 WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-23. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested offerors may submit a quote. This requirement is for a multi-channel analyzer (MCA). NIST is developing a set of spectrometers for in-house and field use. Among these is a Tissue-Equivalent Proportional Counter (TEPC) system. In the future, it is anticipated, that NIST will acquire simultaneous spectral data from He-3, BF3, LiI, and BGO detectors. For some of these detectors, data is acquired from up to 4 channels simultaneously. For example, a TEPC system may have the same pulse amplified by four amplifiers and then analyzed in four separate spectra. Additional channels are required to operate more than one detector simultaneously. It is essential that the MCA system be able to acquire data without any channel interfering with any other channel. ***All interested quoters shall provide a quote for the following line item: LINE ITEM 0001: Quantity one (1) each MULTI-CHANNEL ANALYZER (MCA); The instrument shall meet all of the following required specifications: (1) Able to acquire pulse-height data simultaneously on at least six non-interfering channels into six spectra. Any given pulse may be simultaneously input onto all input channels without interference; (2) Each MCA channel must accept pulses from 0 to 8-10 Volts, digitize them, and analyze each pulse into at least 4000 channels. If separate Analog-to-Digital converters are required, the Contractor?s technical and price quotations must include them; (3) Compact. The analyzer system must be stand-alone (operating on AC power) or NIM compatible. Total weight must be less than 20 lbs. System shall operate at temperatures from 32 to 100 degrees F, and non-condensing humidity from 0 to 80%; (4) The system must be capable of being operated from a laptop computer. Interface must be either USB and/or Ethernet. If system is integrated into a computer (such as with a PCI bus), the quoted system must include the computer. Laptop control must allow start, stop, data transfer and display, and storage of data on the laptop disk drive. These functions shall be operable without interference with data acquisition. A laptop, if needed, to control the system must use Windows XP as an operating system. It must have at least a Mobile Intel Pentium 4 Processor, 2.8 GHz, 512 kb L2 cache, 512 MB memory, 60 GB hard disk, 15? display and DVD-ROM with CDRW. All software for data acquisition and storage must be included; (5) MCA shall have the ability to operate in multichannel scaling mode, where the number of pulses in a given time period is recorded, and each channel of the MCA represents a successive time period. Dwell time must cover at least the range from 1 microsec to 60 sec. List mode (each acquired pulse having a time stamp) data acquisition is acceptable so long as the multichannel scaling mode data may be derived with the supplied software; (6) Integral nonlinearity must be less than 0.03% over the top 99.5% of input range. Differential nonlinearity must be less than 1% of full scale over the top 99.5% of range, including effects of differential nonlinearity. Gain drift must be less than 0.005% of full scale per degree C. Zero drift must be less than 0.005% of full scale per degree C; (7) System must have a minimum one year warranty. Warranty must, at a minimum, cover all parts, and labor; System as supplied must be complete with all hardware and software needed to acquire data. The system is not required to include a laptop, provided that the only connection between the laptop and the system is through a USB and/or ethernet port. ***Delivery shall be FOB Destination. Delivery shall be completed in accordance with the Contractor?s commercial schedule. Delivery shall be completed not later than 90 days from the date of award. ***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. ***Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and Price. Technical Capability shall be equal in importance to price. ***Evaluation of Technical Capability shall be based on the information provided in the quotation. 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 or exceed the specifications stated herein. Technical preference shall be given to systems operable with both USB and Ethernet capability; systems with more than 4000 channels; systems with list mode capability; systems with a weight under 10 pounds. ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. CLAUSES: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (13) 52.222-3, Convict Labor; (14) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22) 52.225-1, Buy American Act?Supplies; (24) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (30) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All quoters shall submit the following: 1) An original and two (2) copies of a quotation which addresses all Line Items, and all Technical Evaluation Criteria; 2) Description of commercial warranty; 3) Two (2) copies of the most recent published price list(s) for all proposed commercial components; and 5) One (1) completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov/far. ***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Carol A. Wood, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Offerors shall ensure the RFQ number is visible on the outermost packaging. ***Submission must be received by 3:00 p.m. local time on June 22, 2004.***FAX and E-MAIL QUOTES SHALL NOT BE ACCEPTED. *** CENTRAL CONTRACTOR REGISTRATION (CCR) Effective October 1, 2003, all vendors that do business with the U.S. Department of Commerce and the Federal Government must be registered in CCR. Contractors are strongly encouraged to register with CCR now to avoid payment delays. Changes to the Federal Acquisition Regulation (FAR) require, among other things, that contractors be registered in the CCR before award of any contract, basic agreement, blanket purchase agreements, or basic ordering agreement can be made, and that contract payments and/or new awards will be conditioned on CCR registration. The FAR change will also require that contractors with existing contracts that require performance after September 30, 2003, register in the CCR. There are 5 exceptions to the CCR registration requirement, including purchases that use the government-wide purchase cards as the purchasing mechanism, certain emergency operations and urgent procurements, certain purchases where CCR registration could jeopardize national security, and awards to foreign vendors for work performed outside the United States. The preferred method for completing a registration is via the World Wide Web at http://www.ccr.gov. There, a CCR Handbook is available to provide detailed information on data you will need prior to beginning the on-line registration, as well as steps to walk you through the registration process. You must have a DUNS number in order to begin your registration. If you do not already have a DUNS number, please call Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number.
 
Place of Performance
Address: NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00602780-W 20040616/040614211702 (fbodaily.com)
 
Source
FedBizOpps.gov 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.