SOLICITATION NOTICE
66 -- Benchtop Picoliter Dispense System
- Notice Date
- 7/26/2012
- 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, United States
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-12-RQ-0554
- Archive Date
- 8/25/2012
- 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. 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) 2005-60. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Andrea Parekh, Contract Specialist, with copy to Cheryl Rice, Contracting Officer. Questions should be received no later than 7 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 vendors may quote.*** ***The National Institute of Standards and Technology is seeking to purchase a benchtop picoliter dispenser system. ****All interested Contractor's shall provide a quote for the following: Line Item 0001: Quantity One (1) Benchtop Picoliter Dispenser System. 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. I. BACKGROUND INFORMATION The Surface and Microanalysis Science Division, part of NIST's Material Measurement Laboratory, serves as the Nation's Reference Laboratory for chemical metrology research, standards, and data to: (1) Characterize the spatial and temporal distribution of chemical species; and (2) Improve the accuracy, precision, sensitivity, selectivity, and applicability of surface, interface, microanalysis, and advanced isotope measurement techniques. NIST intends to utilize and adapt state-of-the-art picoliter dispense technologies to support emerging applications in digital manufacturing, especially those in flexible (non-silicon) electronics and microsensor fabrication. A critical barrier to the successful commercialization of such devices is control over the micro-scale placement of materials and the resulting morphology and functionality of the self-assembled structures, which often are manifested on the nanoscale. NIST's expertise in micro-to-nanoscale measurements, as well as our experience in adapting drop-on-demand inkjet printing for homeland security applications, will be applied to these emerging applications critically important to the future economy of the United States. II. SPECIFICATIONS The Contractor shall provide one (1) benchtop picoliter dispenser system. The minimum technical requirements are: 1. The entire system must fit atop a laboratory bench measuring 26" in depth and 48" in width. 2. The system must be capable of dispensing fluids with viscosities as high as 400 cP at room temperature (22 degrees Celsius), and in single aliquots as small as 2.0 picoliters in volume with an irreproducibility less than 10 percent. 3. The system must include X, Y and Z positioning stages, each having a resolution of 20 micrometers or less. 4. The system must be able to print spots as well as continuous features such as lines and arcs without the need to overlap spots. 5. The system must have the capability of automated dimensional calibration of the dispensed features. Other Requirements: 1. The supplier must have a proven record of reliability and experience in picoliter dispense technologies. To allow assessment, each proposal must include appropriate documentation. This should include contact information for at least three prior clients. 2. Must include unlimited telephone support for questions regarding operation, and a one-year warranty. This warranty must cover non-consumable parts and factory repair, or travel/labor on-site should this become necessary within the warranty period. The Contractor shall be responsible for the system during transit. All costs including non-consumable parts, labor, travel, 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. 3. IT Security. Systems are preferred that may be securely integrated into a network; therefore, preference will be given to systems that contain a network adapter, operate under a secure OS such as XP, Vista, W7, or OS X ("Lion") and have ample or upgradable memory and CPU speed for subsequent incorporation of IT security software. This is not a minimum requirement. 4. System must include one (1) consumables kit, which contains replacement parts and materials typically needed to operate the system for a period of at least six (6) months. This kit may include dispenser nozzles, cleaning fluids, wipes, templates, fuses, filters, etc. 5. System must include a hard copy and electronic copy of the technical manual. Manuals must be sent by the delivery of the system. 6. The Contractor must provide detailed and sufficient instructions with the system to allow NIST personnel to perform the installation and conduct the performance tests. This must include live telephone support. 7. The contractor must provide detailed and sufficient instructions with the system to allow NIST personnel to self-train. The training must involve a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. OPTION LINE ITEMS: The following line items are Option Line Items. The Contractor shall provide pricing for these items. The pricing shall be effective for six (6) months from the date of award. These Line Items will be evaluated in accordance with FAR 52.217-5 and may be exercised at award or during option period set forth under FAR 52.217-7: Option Line Item 0002: Installation The contractor shall install the system onsite and meeting contract specifications no later than 30 days after receipt of the system at NIST, Gaithersburg. Installation, at a minimum, shall include uncrating/un-packaging of all equipment, rigging, set-up and hook-up of the system, demonstration of all specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. Option Line Item 0003: Training The contractor shall conduct one (1) training session for up to six (6) users at NIST after installation is complete. The training must involve a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. ***Delivery shall be provided not later than 90 days 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 a firm fixed price and is 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 will be given to the vendor that can meet and exceed the following: 1) Systems that can be securely integrated into a network; therefore, preference will be given to systems that contain a network adapter, operate under a secure OS such as XP, Vista, W7, or OS X ("Lion") and have ample or upgradable memory and CPU speed for subsequent incorporation of IT security software. 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 within the past 3 years. Price: The Government will evaluate price for reasonableness. 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; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.225-3, ALT I 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. *** 52.217-5, Evaluation of options 52.217-7, Option for increased quantity-separately priced line items 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; 4) An original and one (1) copy of the most recent published price list(s), 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 August 10, 2012, 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/SB1341-12-RQ-0554/listing.html)
- Record
- SN02816327-W 20120728/120726235823-2bfa6fca06f94afcc96f25a46d32a0b1 (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 |