SOLICITATION NOTICE
66 -- Dual beam spectrophotometer and aperature
- Notice Date
- 6/25/2007
- 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-0274
- Response Due
- 7/10/2007
- Archive Date
- 7/25/2007
- Small Business Set-Aside
- Total Small Business
- 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) 2005-17.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Datacolor 600 Dual-Beam Spectrophotometer and One (1) Datacolor XUSAV 3.0 mm aperature or EQUIVALENT .*** ***Line item 0001 and line item 0002 are 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 needs.*** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Datacolor 600 Dual-Beam Spectrophotometer or EQUIVALENT, which shall meet or exceed the following salient characteristics: NIST requires a dual-beam spectrophotometer system for measuring reflective optical properties of paper with the following minimum physical and performance specifications: Item 0001 a) diffuse illumination and 8" viewing measurement geometry b) pulsed xenon illumination source filtered to approx. D65 c) spherical optical configuration with 152 mm (6.0") sphere diameter d) automated inclusion or exclusion of specular port e) spectral analyzer with dual 256 diode array and high resolution holographic grating f) 360 nm to 700 nm wavelength range g) wavelength resolution of 1.8 nm h) reporting interval of 5 nm or 10 nm i) effective bandwidth of 5 nm or 10 nm j) photometric range of 0 to 200 % k) high performance black trap l) 20 read repeatability of 0.01 max on white tile using dual flash (DE CIELAB) m) inter-instrument agreement for reflectance of 0.15 max (0.08 avg.) (DE CIELAB) n) 4 position auto zoom lens o) 3 standard aperture plates for reflection with illuminated diameters of 6.5, 9, and 30 mm. p) reflection aperture plate detection equipped with UV calibration q) automatic UV calibration for measurement of fluorescent specimens with UV cutoff filters at 400 nm, 420 nm, and 460 nm r) measure switch mounted on instrument s) instrument dimensions of 325 mm (high) X 312 mm (wide) X 471 mm (deep) t) power requirements of 85 to 264 VAC, 47 to 83 Hz, 80 VA peak (35 VA typical) u) environmental operating range of 5 ?C to 40 ?C, (5 to 85) % non-condensing relative humidity v) equipped with RS-232 or USB 1.1 interface to computer Item 0002: Quantity One (1) Datacolor XUSAV 3.0 mm aperature Item 0002 a) Optional aperture plate for reflection with illuminated diameter of 3 mm (2.5 mm measured). The Contractor shall provide installation for the Spectrophotometer. 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. Installation shall take place at NIST Gaithersburg, MD not later than one (1) week after delivery. The Contractor shall schedule and facilitate training sessions for at least three (3) 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. Delivery shall be provided no later than 4-6 weeks after receipt of an order. Delivery terms 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 items 0001 and 0002 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance & price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical capability and past performance shall be of equal importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability: 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 product meets salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The Contractor must include the references name, contact person, and contact information in the quotation. *** 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: 1. 52.204-7 Central Contractor Registration; 2. 52.211-6 Brand Name or Equal; 3. 52.212-4 Contract Terms and Conditions?Commercial Items; 4. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: a. (14) 52.222-3, Convict Labor; b. (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; c. (16) 52.222-21, Prohibition of Segregated Facilities; d. (17) 52.222-26, Equal Opportunity; e. (19) 52.222-36, Affirmative Action for Workers with Disabilities; f. (20) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans; g. (24) 52.225-3, Buy American Act- Free Trade Agreement?Israeli trade Act, (ii) Alternate I; h. (26) 52.225-13 Restriction on Certain Foreign Purchases, and i. (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 Line Items 0001 and 0002; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), 5) A list of three (3) references which includes the contact?s name, phone number, and e-mail.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) *** ***Submission shall be received not later than 3:00 p.m. local time on July 10, 2007. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Paula Wilkison) @ paula.wilkison@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: 20899-1640
- Country: UNITED STATES
- Zip Code: 20899-1640
- Record
- SN01326829-W 20070627/070625220302 (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 |