SOLICITATION NOTICE
66 -- Photon Counting X-Ray Area Detector
- Notice Date
- 6/8/2011
- 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
- SB1341-11-RQ-0228
- Archive Date
- 7/7/2011
- Point of Contact
- Andrea A Parekh, Phone: (301)975-6984, Cheryl Rice, Phone: 3019753696
- E-Mail Address
-
andrea.parekh@nist.gov, cheryl.rice@nist.gov
(andrea.parekh@nist.gov, cheryl.rice@nist.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-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) 2005-52. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Andrea Parekh, Contract Specialist, with copy to Todd Hill, Contracting Officer. Questions should be received no later than 10 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. 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 unrestricted and all interested Contractors may submit a quotation. ***The National Institute of Standards and Technology is seeking to purchase a Photon Counting X-Ray Area Detector. ****All interested Contractor's shall provide a quote for the following: Line Item 0001: Quantity One (1) Photon Counting X-Ray Area Detector. The system must meet or exceed all of the minimum specifications identified herein. All equipment must be new. Used or remanufactured equipment will not be considered for award. The system must consist of all the following components: Background The X-ray Metrology Project within the Ceramics Division produces Standard Reference Materials used throughout the world to calibrate X-ray diffraction instrumentation. A photon counting X-ray area detector optimized for measuring Cu Kalpha characteristic radiation (8.04 keV) with linear response over a high dynamic range, no background, low heat output, and high-temporal stability. This detector will be used to observe scattered X-ray in lattice determination of Powder Diffraction SRMs and in the spectra characterization of our diffraction optics. The area detector is essential for reducing uncertainties in our wavelength calibration on several instruments in our X-ray metrology facility located in the Advanced Measurements Laboratory. Photon Counting X-Ray Area Detector Specifications: 1) True photon counting capability. An integrating/analog detector is not acceptable. For X-ray metrology traceability, the system must provide actual number of photons scattered from a sample and compare these values in an absolute context. 2) Dimensions (active area of detector): greater than or equal to 25 mm X 75 mm. The detector must be able to measure this entire range of translation. 3) Pixel Dimensions: less than or equal to 250 um X 250 um) 4) Point Spread Function: less than or equal to 250 um X 250 um 5) Photon efficiency for Cu characteristic radiation: greater than or equal to 75% of the incident photons 6) Background counts / pixel / second: less than 0.001 X-ray photons / pixel / second 7) Detector linearity: Must be better than 1% at count rate greater than500,000 X-ray photons / feature 8) Stable counting statistics: Poisson counting noise with a constant (or zero) detector background. Note that the detector background should NOT be a function of count rate. 9) Detector physical specifications: Detector must be less than 25kg and be free of all but flexible cables (no continuous-flow liquid nitrogen inputs must be required during detector operation). Installation will be completed by NIST Technical experts using custom installation procedures. Training and installation is not required by the Contractor. Inspection and Final Acceptance Criteria In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor's expense. Performance Test/Acceptance Tests Performance testing of the detector will be performed within the first 30 days of receipt of the detector. A Si (220) high-resolution diffraction feature produced using Cu Kalpha radiation in a double crystal diffraction configuration will be used to validate the detector specifications 1, 2, 5, 6, 7, and 8. A point source will be used to validate 3 and 4. Packaging/Marking: Detector must be shipped in a special case/enclosure intended for long-term storage of the X-ray detector when not in use. The detector casing must be externally marked with reference points indicating the position of the active detector plane within the housing. ***The Contractor shall provide a minimum one (1) year warranty on all components. All costs including parts, labor, shipping, and other expenses necessary to repair any machine equipment will be borne solely by the contractor at no additional cost to the U.S. Government. **Delivery shall be provided not later than 4 months after receipt of an order. Delivery 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. 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 approximately equal to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Note: If an offeror does not indicate whether its proposed equipment meets a certain technical requirement, NIST will determine that it does not. Stronger Consideration shall be given to the vendor that can provide the following: Energy resolution and rejection capability for photons +/- 1keV for a set photon energy would be an additional criteria of interest. 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 should provide a list of 3-5 references to whom the same or similar equipment has been provided. 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 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: 52.212-4 Contract Terms and Conditions-Commercial Items; (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (30) 52.225-3, Buy American Act- Free Trade Agreements- Israeli trade Act (31) 52.225-13 Restriction on Certain Foreign Purchases; (36) 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. *** 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) ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s), and 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. ***All quotes shall be received not later than 3:00 PM local time, on June 22, 2011, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. 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 provided to Andrea Parekh, Contract Specialist on 301-975-6984. ***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0228/listing.html)
- Record
- SN02467185-W 20110610/110608234710-caf44909047919e0c4d560f2c974894a (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 |