SOLICITATION NOTICE
66 -- Scanning Electron Microscope
- Notice Date
- 6/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, NCTR-50 RM422 HFT-320, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- SEm1070775
- Archive Date
- 7/27/2010
- Point of Contact
- Marcia O Park, Phone: (870) 543-7405
- E-Mail Address
-
marcia.park@fda.hhs.gov
(marcia.park@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13.5, as applicable and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is SEM1070775. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41, dated April 13, 2010. The associated North American Industry Classification System (NAICS) Code is 334516 – Analytical Laboratory Instrument Manufacturing with a small business size standard of 500 employees. The Food and Drug Administration (FDA) is soliciting for a Scanning Electron Microscope (SEM) with the following Characteristics: 1.Scanning Electron Microscope (SEM) platform with high resolution and high contrast. 2.Capability of analysis of samples under high vacuum or low vacuum modes (up to 2 Torr) 3.Ability to conduct chemical analysis (mapping) using EDS or (WDS) technology 4.Magnification of up to 300,000 x 5.Tungsten or LaB6 electron source 6.Operational voltage from 300 V to 30 kV 7.Resolution of <3 nm at 30 kV in high vacuum, < 10 nm at 3 kV 8.Secondary electron detectors for operation in high vacuum mode 9.Elemental mapping using energy dispersive spectral (EDS) analysis of X-ray emissions 10.Option to upgrade to wavelength-dispersive spectral (WDS) X-ray analysis 11.Stage size of at least 50 x 50 mm ( X and Y plane) 12.Option for accompanying cryotransfer system 13.One (1) year warranty 14.Option for three (3) year warranty plan Equipment must be delivered FOB destination, Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079-9502. All duty and custom charges, if applicable, must be prepaid by the contractor. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Contract type: Commercial Item – Firm Fixed Price. The estimated period of performance is 180 days, or less after receipt of order (ARO). Evaluation Criteria: The provision at FAR 52.212-2 Evaluation – Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of this provision is as follows: The Government may award a contract resulting from this solicitation to the responsible offeror whose quote offers the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet or exceed the Government requirement; (ii) past performance; (iii) price. Technical and past performance, when combined, are equal when compared to price. The technical evaluation will be determined by the following: 1). The proposed contractor’s equipment that meets or exceeds the requirement: 2). A remote site- visit by a minimum of three (3) employees from FDA to evaluate the platform (identical to the quoted equipment) considering operation software and applicability. FDA employees will provide prepared samples (using established and standardized sample preparation methods) and perform the analysis on the proposed instrument to determine the instrument. Any cost incurred for the use of the contractor’s equipment will be assumed by the vendor. The remote-site visit will be scheduled and performed within forty-five days after the closing date for the receipt of the RFQs. The government is not responsible for locating or securing any information, which is not identified in the offer. To ensure sufficient information is available, offerors must furnish as a part of their offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the offeror proposes to modify a product so as to make it conform to the requirement of this RFQ the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show the modifications. Past Performance will be evaluated based on information provided by the offeror as to actual sales of the same or similar proposed products to the industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. Offerors must include at least three recent or relevant contracts within the last 2 years, and identify company name, point of contact name and telephone number for each contract. The government reserves the right to make an award without discussion. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. Offerors that fail to complete the representations on the Online Representations and Certifications site (ORCA), or reject the terms and conditions of this solicitation, may be excluded from consideration for award. Offers must be submitted on a SF-1449, which can be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType+SF The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause incorporated by reference are applicable: 52.203-6, 52.219-4, 52.219-8, 52-.19-9, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37. 52.222-39, 52.225-1, 52.225-13, and 52.232.33. Clauses and Provisions can be obtained at http://www.acquisition.gov CCR Requirement – Company must be registered in the Central Contractor Registration (CCR) before an award may be made to them. If a company is not registered in CCR, they may do so by going to the CCR web site at http://www.ccr.gov. A Duns and Bradstreet number is required to register with the CCR. A Site Visit and conference is scheduled for Tuesday June 29, 2010 at 9:00 (Central time) at the NCTR. Offerors are encouraged to attend this site visit to familiarize themselves with the Center and the area where the microscope will be located. Requests for individual site visits will not be entertained. If interested in attending this site visit, notify the contract specialist, Marcia Park, by email, marcia.park@fda.hhs.gov by Tuesday, June 22, 2010. Attendees will be notified of site visit location no later than Thursday June 24, 2010. Visitors to the Center will be required to sign in at the security gate and be escorted to the conference, so you must allow additional time for those activities. Questions may be submitted during the site visit, but will not be answered. For those not attending the site visit, questions may be submitted by fax to 870/543-7990 or email to the contract specialist. All questions must be submitted no later than July 6, 2010. Answers will be published as an amendment to this announcement in the FBO. It is the offeror’s responsibility to monitor the FedBizOps website for any released amendments to this RFQ. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offers are due by postal mail to the attention of Marcia Park, Contract Specialist, FDA, NCTR, 3900 NCTR Road, HFT-323, Jefferson, AR 72079-9502; email to marcia.park@fda.hhs.gov or fax to 870/543-7990 on or before 1:00 PM, local prevailing time Jefferson, AR on July 12, 2010. For information regarding this RFQ, please contact Marcia Park at 870/543-7405 or by email at marcia.park@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/SEm1070775/listing.html)
- Place of Performance
- Address: FDA/National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02175564-W 20100613/100611234948-afddf684482189cba0472dbd28eb5550 (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 |