Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2006 FBO #1510
SOLICITATION NOTICE

66 -- Physical Property Measurement System

Notice Date
1/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0103
 
Response Due
1/27/2006
 
Archive Date
2/11/2006
 
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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology (NIST) has a requirement for a Physical Property Measurement System (PPMS). The system is for a new laboratory and a new project. The system must provide numerous out-of-box measurement capabilities to allow research to begin on this new project immediately; and shall allow for new measurement capabilities through user-modification and customization. ***This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency?s requirement.*** ****All interested Contractor?s shall provide a quote for the following: Line Item 0001: Quantity One (1) Quantum Design Inc. Model # PPMS-9 Tesla System or equivalent: The proposed system shall consist of the following items or equivalent, (all model numbers listed below are Quantum Design Inc. model numbers): * One (1) model # P600 AC Transport Property Measurement System (ACT) or equivalent; * One (1) model # P670 Thermal Transport System (TTO) or equivalent; * One (1) High Resolution Horizontal Sample Rotator or equivalent; * One (1) model # P925A High Capacity Nitrogen Jacketed Dewar Upgrade; * One (1) model # P650 Heat Capacity Measurement System (HC) or equivalent; * One (1) model # P450A Multi-Function Probe or equivalent; The proposed system must function as a single unit, one unit which performs in essentially the same manner as the brand name, must have measurement accuracy equivalent to that of the brand name system, and must meet or exceed all of the following salient characteristics: Measurement environment 1) Temperature control from less than or equal to 2.0 Kelvin to greater than 300 Kelvin (accuracy of plus or minus 1 percent over full temperature and magnetic field ranges; stability of plus or minus 0.2 percent for T less than or equal to 10 K, plus or minus 0.02 percent for T greater than 10 K); 2) High vacuum system (gas pressure less than 0.133 Pa or less than 0.001 Torr)- Lower is preferred; 3) High magnetic fields(greater than or equal to 7 Tesla)- Greater is preferred (resolution 0.02 mT for fields up to 1 T, 0.2 mT for fields up to 9 T; uniformity plus or minus 0.01 percent over sample measurement region); Measurement capabilities 1) Electrical transport properties including AC electrical resistivity and magnetoresistivity (accuracy less than or equal to 0.2 percent), DC electrical resistivity and magnetoresistivity (precision 0.01 percent at 2 readings per second) and Hall coefficient; 2) Thermal transport properties including thermal conductance (accuracy plus or minus 5 percent), thermopower (accuracy plus or minus 5 percent), and heat capacity (accuracy less than 5 percent); 3) Platform to provide additional property measurements through user-customization; 4) Ability to accommodate bulk, thin-film, and needle sample morphologies for some measurement; 5) Ability to orient samples in magnetic field; Experiment control 1) Computer-controlled experiment automation with user-defined measurement parameters; 2) Computer data acquisition; 3) User-defined measurement parameters. Line item #0002: Installation: The Contractor shall provide installation for the PPMS system. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, system check for manufacturing defects and any damage during shipment. After initial setup, the installer must test all environmental systems including temperature, vacuum, and magnetic field controls. The core measurement functions must be tested by the Contractor through measurements of a standard material to be provided by the Contractor.*** Line item #0003: Training: The Contractor shall schedule and facilitate training sessions for at least five (5) NIST employees, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions. This must include a demonstration of all salient characteristics herein. ***The Contractor shall state the warranty coverage provided for the instrumentation.*** ***Delivery shall be provided not later than 6 months after receipt of an order and installation and training shall be no later than 30 days after delivery. Delivery 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 any 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. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement" and 2) Past Performance and 3) Price. Technical capability and past performance shall be more important than price. In determining best value preference shall be given to the unit with the lower attainable gas pressure in the high vacuum system and a greater applied magnetic field capability. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Evaluation of Technical Capability will be based on the information provided in the quotation.*** ***Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics and CLEARLY DOCUMENTS that the offered products meet or exceed the specifications stated above and meet the needs of the Government in the same manner as the brand name. Past performance will be evaluated to determine the overall quality of the product and service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. *** *** The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. *** *** The following provisions apply to this acquisition: 52.204-7 Central Contractor?s Registration (CCR) Database; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 52.211-6 Brand Name or Equal; 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preferences for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in it?s offer); (7) 52.219-8, Utilization of Small Business Concerns; (10) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (14) 52.222-3, Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); (25) 52.225-5, Trade Agreements; (26) 52.225-13 Restriction on Certain Foreign Purchases; (31) 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 one (1) copy of a quotation which addresses all line items and all technical evaluation criteria; (2) Two (2) originals of technical description and/or product literature; and (3) A list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrea G. Parekh, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received not later than 3:30 p.m. local time on January 27, 2006. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. ***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD, Mail Stop 1640
Zip Code: 20899
Country: USA
 
Record
SN00965323-W 20060114/060112211844 (fbodaily.com)
 
Source
FedBizOpps 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.