Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2007 FBO #2008
SOLICITATION NOTICE

66 -- BENCH-TOP X-RAY MICROCOMPUTED TOMOGRAPH

Notice Date
5/25/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0233
 
Response Due
6/12/2007
 
Archive Date
6/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN 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) 2005-16. *** 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 100% set-aside for small businesses. The non-manufacturer rule applies to this procurement. Therefore, both the seller and manufacturer of the quoted system must be small businesses under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for a BENCH-TOP X-RAY MICROCOMPUTED TOMOGRAPH to be used in the Inorganic Materials Group of the Building and Fire Research Laboratory at NIST, Gaithersburg, MD. ***BACKGROUND The Inorganic Materials Group of the Building and Fire Research Laboratory at NIST carries out research into the microstructure of inorganic building materials like concrete, fire retardant materials for spray coating of structural steel, and various porous insulation materials. A means of characterizing the microstructure and individual components of such materials is required, in order to provide data with which to validate models and upon which to base model development. X-ray microcomputed tomography has been determined to best be able to satisfy such needs. The resolution required, from 1 micrometer per voxel up to 50 micrometers per voxel, can be obtained with such a unit. Sample sizes are required to vary from 1 mm in size up to 50-100 mm in size. The unit must fit on a bench top, with an approximately 2 meter long footprint, in order to fit within available laboratory space. ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 - The Contractor shall furnish one (1) each, BENCH-TOP X-RAY MICROCOMPUTED TOMOGRAPH. *** The system shall meet or exceed the following technical specifications: This instrument will be used to acquire 3-D microstructure information of various porous materials like mortars, cement pastes, fire retardant materials, and thermal insulation materials, and particle shape information of particles ranging in size from cements (micrometers) to sand and gravel (millimeters). Hardware: ? 100 kV or greater X-ray source, less than 5 micrometers diameter spot size ? High resolution camera for X-ray detection ? 50-100 mm maximum sample size (cylinder with height = diameter), 1 mm diameter minimum sample size ? Micropositioning stage to position small samples ? Must be self-contained bench-top unit, total length less than 2 m, depth less than 750 mm, no special room or X-ray shielding necessary other than ordinary laboratory space ? Computer (PC, running Windows XP Professional) must be supplied including flat-panel monitor and all required software pre-loaded for successful operation of the instrument as described herein. Software updates that become available during the warranty period shall be provided at no additional cost to the Government. Software: ? Fast reconstruction of on order 1000 slices, 1000 x 1000 pixels each Minimum requirements of system (hardware + software): ? Smallest detail detected = 1 micrometer ? Minimum voxel size as close to 1 micrometer (or less) as possible *** Installation/Training/Warranty 1. The contractor shall schedule and facilitate installation/set-up and one (1) training session for up to three (3) technicians at NIST. The contractor shall provide two (2) complete sets of operating manuals for all components of the delivered system. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and demonstration of performance specifications (as described below), but shall be completed no later than 30 days after delivery. 2. Quotation must include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation, and at least a three-year warranty. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. *** *** 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. System will not be accepted by NIST until all of the requirements are met.*** **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. *** ****The Government will evaluate the quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. ****The Government intends to perform an initial technical evaluation upon receipt of the written quote information required herein. Vendors determined to be technically acceptable under the Technical Capability factor "Meeting or Exceeding the Requirement," will be provided three (3) test samples by NIST for the purpose of demonstrating the effectiveness of their system by imaging the test samples, clearly identifying various material phases at various size scales as requested by NIST. The data shall be provided to NIST as a collection of images in some standard image format (e.g., tif, jpg, bmp). The Government will then evaluate the results of this data, as well as the information provided with the original written quote submission, in determining the quote that provides the best-value. ***Award will be made on a best-value basis. Under the Technical Capabilities factor, strongest consideration will be given for a system with one or more of the following additional features or capabilities: 1. Higher-speed image reconstruction via software or hardware or both 2. Smaller voxel size and resolution 3. Automation of measurement 4. At least 10 megapixel camera ****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. ****Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. 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. ****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable systems for the types of applications described herein. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. The supplier of the instrument must have a proven record of reliability and experience in the area proposed, preferably within the last three years, which in this case will apply to a system that meets the requirements herein. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items. ***Offerors shall 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: 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns (5) 52.219-6 Notice of Total Small Business Set-Aside (7) 52.219-8, Utilization of Small Business Concerns; (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 Fees (24) 52.225-5, Trade Agreements (26) 52.225-13, Restrictions 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 FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. *** ***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 PM local time, on June 12, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-3571, Attn: Todd Hill. 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 24-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. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01303309-W 20070527/070525220438 (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.