SOLICITATION NOTICE
66 -- Piezoelectric Materials Deposition Printer System
- Notice Date
- 7/7/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument 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-0514
- Response Due
- 7/19/2006
- Archive Date
- 7/20/2006
- 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. ***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) 2005-09.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is being competed on an unrestricted basis. Therefore, all responsible parties may submit a quote.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Piezoelectric Materials Deposition Printer System. ***The contract line items (CLINS) for this procurement are: CLIN 0001: Piezoelectric Materials Deposition Printer System, Quantity: 1, Unit: Each, which shall meet or exceed the following required specifications: MINIMUM REQUIREMENTS FOR CLIN 0001: Overview: NIST has a critical need for a drop-on-demand custom inkjet printer system with a demonstrated ability for printing solutions of high explosives, narcotics and polymers. This system will be used to support a time critical research program to produce standard materials for calibration of trace explosive detection instruments currently undergoing widespread operational deployment at airports throughout the United States. Technical Specifications: The printer is needed for precision delivery of isobutyl alcohol solutions of high explosives and narcotics and dilute solutions of polymers in dichloroethane. These solutions will be printed on a variety of substrates including sheets of paper, silicon wafers, glass slides and cloth. Minimum requirements for this system are listed below. Mechanical/Stage Control: The print area must cover at least 8 x 11 inches. The stage travel in the vertical direction (z) must accommodate a sample with a maximum height of 2 inches. The sample stage shall have a mechanism to hold samples flat with the stage surface. Temperature control of the sample stage is required to control evaporation rate of inkjet deposits. Absolute positioning of the stage is required to allow droplet deposition onto selectable areas of various samples. The system shall be capable of delivering individual droplets within 25 micrometers of a predefined location (at room temperature). The printing area shall be fully enclosed to prevent outside contamination of the printed standards. Software Control: Microsoft Windows compatible software is required for x,y, z stage positioning and control of the number of drops delivered. The control software must allow for input of user supplied printing arrays/patterns. The software must allow the user complete control over the printing parameters including adjustment of all dispensing device waveform parameters. Printing Modes/Specifications: Print ?on the fly? mode is required. Piezoelectric based dispensor is required. NIST will be printing many different high explosive, narcotic and polymer standard solutions of various concentrations. To prevent cross-contamination between these solutions, it is required to have independent and disposable printhead cartridges for each solution. High sample throughput is a critical requirement. A multiple printhead system is required with a minimum of 10 nozzles The system must be able to printing 100 by 100 spot arrays of a 3% polylactic acid polymer (Sigma Chemical Co) in 1,2-dichloroethane (Aldrich Chemical Co.,) on a standard glass slide. The system shall be capable of printing dilute explosives solutions in isobutanol. For the purposes of this requirement demonstration of printing of pure isobutanol is sufficient. Because this system will be used to print NIST standard reference materials, any available documentation on repeatability of individual drop volume of the system should be provided by the vendor. Demonstrated variability in drop volume of less than 5% is required. A video camera system with strobe light illumination is required for visualization of inkdrop formation. Due to the difficulty in reliably printing the required solutions, a tip cleaning cycle shall be integrated into printing cycle. A video camera for real time visualization of the substrate to be printed is required. Droplet diameter for isobutanol solutions shall be 60 micrometers or less. Additional Specifications: This is a time critical research project. Delivery to NIST is required within 60 days of PO acceptance by the Contractor. CLIN 0001 SHALL BE OFFERED ON AN FOB DESTINATION BASIS ONLY. THE GOVERNMENT WILL NOT CONSIDER OFFERS ON ANY OTHER BASIS. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Price must include on-site installation. Installation shall be within 2 weeks of delivery, Monday- Friday, 8:30 AM-5:00 PM in Bldg 222, Room A132 of the National Institute of Standards and Technology, Gaithersburg, MD 20899. All necessary services (electrical, plumbing, ventilation) will be supplied by NIST. The Contractor shall provide training for up to 4 people at NIST after the system is installed and accepted by NIST. Training shall include, at a minimum, basic operation and maintenance of the system, as well as how to print for high explosives, narcotics and polymers. *** The Government will not accept CLIN 0001 until after installation is completed and only if CLIN 0001 meets or exceeds all minimum specifications.*** EVALUATION FACTORS FOR AWARD 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 following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Past performance information for similar contracts/orders completed within the past 3 years 3. Evaluated Price for CLIN 0001 Non-price factors 1 and 2 above are equally important and, when combined, are roughly equal to Factor 3. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/far/.*** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** ***The following clauses apply to this acquisition: Instructions to Offerors-Commercial Items; 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: (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; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37 Employment Reports on Special Disabled Veterans; (24) 52.225-3, Alternate II Buy American Act - Free Trade Agreements - Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases, (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, and (35) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. 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. *** ***EACH QUOTATION SHALL CONTAIN ALL INFORMATION REQUIRED BY FAR PROVISION 52.212-1(B)(1) THROUGH (11). The Contractor shall also state the warranty coverage provided for the instrumentation in their quotation. See also FAR 52.212-3(j) for those representations and certifications that the Offeror shall complete electronically.*** The Government will not provide any contract financing or advance payments for CLIN 0001; therefore, CLIN 0001 shall be priced accordingly. PAYMENTS UNDER THE RESULTANT PURCHASE ORDER WILL ONLY BE MADE AFTER ALL REQUIREMENTS FOR CLIN 0001 ARE ACCEPTED BY THE GOVERNMENT AND THE CONTRACTOR THEREAFTER SUBMITS A PROPER INVOICE TO NIST FOR THE PURCHASE ORDER. Invoicing requirements are specified in FAR clause 52.212-4(g). THE PRICING PORTION OF THE QUOTATION SHALL BE SUBMITTED AS A SEPARATE, DISTINCT DOCUMENT FROM THE REMAINDER OF THE QUOTATION. Product samples are NOT required to be submitted with the quotation. QUOTATIONS SHALL BE SUBMITTED BY EMAIL in Microsoft Word format, Microsoft Excel format, Rich Text (.txt) Format and/or Adobe .pdf format to January.Magyar@nist.gov, with a courtesy copy to Joseph.Widdup@nist.gov. Quotations must be received at those email addresses no later than 3:30:00 p.m. Eastern Time on July 19, 2006. FAXED QUOTATIONS WILL NOT BE ACCEPTED. NOTE: The terms and conditions that will be included in the resultant purchase order will be FAR clause 52.212-4 and FAR clause 52.212-5, with the appropriate subparagraphs as noted in this RFQ also applying. No other terms and conditions will apply to the purchase order. Questions regarding this RFQ shall be submitted by email, no later than the third day after this RFQ is posted on FedBizOpps to January.Magyar@nist.gov, with a courtesy copy to Joseph.Widdup@nist.gov. NIST will provide a written amendment to the solicitation on FedBizOpps within seven days after this RFQ is posted on FedBizOpps to provide a list of all questions received as well as their answers to all potential Offerors.
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, MD
- Zip Code: 20899
- Country: UNITED STATES
- Zip Code: 20899
- Record
- SN01084258-W 20060709/060707220455 (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 |