SOLICITATION NOTICE
66 -- 2D X-ray detector system for small-angle X-ray scattering
- Notice Date
- 2/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- 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, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-10-RQ-0071
- Archive Date
- 3/3/2010
- Point of Contact
- Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- N/A
- 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 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) 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 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 robust and reliable, ultra-compact and light-weight two-dimensional (2D) X-ray detector, which shall provide a low background and/or zero dark current without the need for a separate cooling system, shall have a large linear dynamic range of response to X-ray intensity without a significant pixel spread function, and shall be suitable for operation at a rapid frame rate over a specified (broad) range of hard X-ray energies in small-angle X-ray scattering (SAXS) measurements. This detector shall form part of a permanently set-up 2D SAXS measurement capability that shall complement an existing ultra small-angle X-ray scattering (USAXS) capability, built previously by NIST in collaboration with the Advanced Photon Source (APS), Argonne National Laboratory. The new 2D SAXS capability must be accommodated within the existing USAXS instrument, with the 2D SAXS and the USAXS components interchangeable by computer controlled precision translation stages. It is this requirement that places severe constraints on the size and weight of the new 2D SAXS detector. All interested Contractor’s shall provide a quote for the following line items(s): Line Item 0001 : The Contractor shall furnish one (1) each, 2D X-ray detector system for small-angle X-ray scattering (SAXS) measurements, which shall meet or exceed the following specifications: (1) Compact and light-weight 2D “single photon” counting detector: dimensions < 100 mm x 150 mm x 200 mm and mass < 6 kg; (2) No external cooling or gas supply system, as these cannot be accommodated within the space available; (3) Detector area: > 80 mm x 30 mm; (4) Fast counting rate: > 106 photons s-1 per pixel and frame rate > 100 Hz (but detector shall be protected from direct incident synchrotron X-ray beam); (5) Large dynamic range for linear detector response to changing photon counting rate: > 18 bits (1: > 262,000) with no dark current (finite background limits the number of useful bits); single photon counting is preferred; (6) Usable X-ray energy range: 5 keV to 30 keV with energy resolution better than 1 keV; (7) 2D spatial resolution: pixel size < 200 μm x 200 μm, with negligible point spread function for neighboring pixels; NIST considers the point spread function to be negligible when the signal in one pixel should not measurably affect the signal in the neighboring pixels, i.e. the 18-bit linear detector response to photon count rate is maintained in the neighboring pixels independent of the count rate in the first pixel; (8) All ancillary electronics and computer hardware and software for detector set-up and data buffering/processing/storage, shall be compatible with SPEC and EPICS beam line control software. EPICS refers to the Experimental Physics and Industrial Control System, and is a set of Open Source software tools, libraries and applications developed collaboratively and used worldwide to create distributed soft real-time control systems for scientific instruments such as particle accelerators, telescopes and other large scientific experiments. The basic link is: http://www.epics.org/ and the implementation of EPICS specific to the Advanced Photon Source has its own link: http://www.aps.anl.gov/epics/. SPEC is a UNIX-based software package for instrument control and data acquisition widely used for X-ray diffraction at synchrotrons around the world and in university, national and industrial laboratories. The basic link is: http://www.certif.com/spec.html. In both cases, all we require is compatibility. Installation/Warranty: 1. The contractor shall provide full installation instructions. In lieu of on-sight installation and training by the contractor, the contractor shall guarantee full phone access by a technician who is an expert in the installation, set-up, operation, trouble shooting and maintenance of the system. 2. The Contractor shall provide a minimum of a One (1) Year Warranty. Contractor shall state the warranty coverage provided. 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. Delivery shall be FOB DESTINATION and be completed no later than 9 months after receipt of an order. 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. EVALUATION CRITERIA : Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations 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, when combined, shall be more important than price. If technical capability and past performance are equivalent, price shall be the determining factor. Award will be made on a best-value basis. Under the Technical Capabilities factor, additional consideration will be given for a system that provides single photon counting as referenced in specification (5). Technical Capability: Evaluation of Technical Capability will 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 addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Image plate, charge couple device (CCD), CMOS hybrid pixel, reverse bias silicon diode array, and other detection methodologies are admissible, provided the above minimum technical requirements are met in their entirety. Past Performance: Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. NIST shall expect trouble-free (and preferably maintenance-free) operation in normal use without measurable loss in performance for at least 5 years, based on the suppliers specifications, and on customer experience with this or related products from the same supplier and this shall be considered when evaluating Past Performance. 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. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. 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 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: 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: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19 Child Labor – Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); 52.225-3, Buy American Act – Free Trade Agreements – Israeli Trade Act 52.225-13 Restriction on Certain Foreign Purchases; 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 of the above items; 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) and 5) Offerors 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. 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 3:00 PM local time, on February 16, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni Laster) @ joni.laster@nist.gov. E-mailed quotes are acceptable and shall be addressed to: joni.laster@nist.gov. Faxed quotes will NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0071/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02055958-W 20100204/100202235731-1ca86b2c84350e752eae02c886463fec (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 |