Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2007 FBO #1944
SOLICITATION NOTICE

66 -- Drop Shape Analysis System for angle measurements

Notice Date
3/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
333314 — Optical Instrument and Lens 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0129
 
Response Due
4/6/2007
 
Archive Date
4/21/2007
 
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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. 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) 2005-15. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This acquisition is 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business manufacturer under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for a Drop Shape Analysis System for contact angle measurements to be used in the Materials and Construction Research Division at NIST, Gaithersburg, MD. *** ***All interested Offerors shall provide a quote for the following line items: Line Item 0001: The Contractor shall furnish one (1) Each, Drop Shape Analysis System Drop Shape Analysis System for fully automatic, PC-controlled contact angle measurements, surface free energy determination, surface and interfacial tension of liquids by analysis of pendant drops, consisting of the following required specifications: - Standard Frame for max. sample size of 320 x 320 mm x 120 mm (L x W x H) - Camera Module, High Performance Frame Grabber, 25 frames per second) - Optical system with motorized zoom and focus and automatic center field of view center - Prism for standard sample sizes for contact angle and pendant drop measurements - Halogen illumination and temperature, software-controlled - x-, y-, z-axis, Software-controlled - Sample stage with clamps and orientation grid - Dosing system for 4 test liquids, software-controlled plus 1 manual dosing unit incl. 1 manual syringe. - Software to determine static and dynamic contact angles using sessile drop and captive bubble method, to control camera, illumination, temperature, dosing modules, table movements, to measure, store, and report measured contact angle values - Software to determine surface free energy of solids from contact angle data by splitting it into its polar and dispersive components, its acid and base components, and its hydrogen bonding components. The software calculates wetting envelope and carries out fully automatic surface energy mapping. - Software to determine surface and interfacial tension of liquids by analysis of pendent drops Line Item 0002: The Contractor shall furnish one (1) Each, Peltier Temperature Chamber, Temperature range: -30 deg. up to 160 deg. C (243-433K), with inert gas inlet, consisting of: Peltier Temperature Chamber with 3 windows of optical special glass with gas-rinsing of windows to avoid steaming-up, Resistance thermometer as measuring and control device, Temperature controller for infinitely variable temperature control. This assembly shall be usable to -60 deg. C (213 K). Sample chamber size: 100 x 100 x 25 mm (L x W x H) Counter-cooling required Line Item 0003: The Contractor shall furnish one (1) Each, Computer with Pentium processor and XP Professional operating system, supplied with 17 inches High Resolution Flat Panel Monitor. All software ordered with computer shall be pre-installed for plug and play operation. Line Item 0004: The Contractor shall furnish one (1) Each, Digital Recalculating Bath. Digitally controlled circulating bath has built-in refrigeration and heating modules. Temperature Range: -20 deg. C to plus 200 deg. C with a stability of plus/minus 0.01 deg. C. Flow Rates: 9 or 15 L/min. Line Item 0005: The Contractor shall furnish one (1) Each, Contact Angle Standard Set, Y-L. These contact angle images can be used to verify accuracy of contact angle software when using the Young-Laplace fit routine. Three images (30 deg., 60 deg., 120 deg.) are supplied along with the liquid density used to calculate the shapes. Line Item 0006: The Contractor shall furnish one (1) Each, Pendant Drop Standards Set. These pendant drop images can be used to verify accuracy of pendant drop software. Two images (for 20 and 50 mN/m) shall be supplied along with the liquid density used to calculate the shapes. Line Item 0007: The Contractor shall furnish two (2) Each, Set of 6 Needles. All needles have 30 mm straight shaft. Needle O.D. measurements include 0.5 mm, 1.1 mm, 1.5 mm, 2.1 mm, 2.4 mm, and 3.0 mm. Line Item 0008: The Contractor shall furnish one (1) Day, Training for four (4) NIST Personnel *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor. *** ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. ***Award will be made to the Offeror whose quote offers the lowest price, technically acceptable quote. *** ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 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: 52.204-7 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: (5)(i) 52.219-6, Notice of Total Small Business Set-Aside; (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, Buy American Act - Free Trade Agreements - Israeli Trade Act; (26) 52.225-13, Restriction on Certain Foreign Purchases; and (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 vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30:00 PM local time, on April 6, 2007 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. Emailed quotes will be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01256812-W 20070324/070322220508 (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.