SOLICITATION NOTICE
66 -- ELECTRON DISPENSIVE SPECTROMETER
- Notice Date
- 7/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC12442482Q
- Response Due
- 8/15/2012
- Archive Date
- 7/31/2013
- Point of Contact
- Nancy M. Shumaker, Purchasing Agent, Phone 216-433-2133, Fax 216-433-2480, Email Nancy.M.Shumaker@nasa.gov
- E-Mail Address
-
Nancy M. Shumaker
(Nancy.M.Shumaker@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for an Electron Dispersive Spectrometer (EDAX part number PV6208/00X or equal) in accordance with the following specifications: Silicon drift detector Liquid nitrogen free Detection of elements down to beryllium Quantification of elements down to and including boron Resolution of 131 eV or better, measured at Mn Thin window that can withstand atmospheric pressure Active area of detector at least 10mm2 Peak-to-background >10,000:1 Capability to handle input rates up to 850,000 counts per second and throughput of >350,000 counts per second Integrated electron trap/collimator Workstation installed with control software and the specifications necessary to run the software, perform data collection and analysis, post-processing, and reporting Workstation monitor Required features of control software: Provides automatic element detection and identification Allows for quantification of samples Quantifies weight percentages of elements Allows for background corrections Allows for peak separation and deconvolution Allows for user-friendly stitching together of samples and ease of mapping of resultant sample Allows for stage control Allows for tilting of samples for analysis Capability to analysis samples using pure element standards, compound standards, or partial standards. Dynamic adjustment of drift collection frequency based on changes occurring during the collection Automatic selection of target area for drift collection Software license allows for installation of software on another workstation (without the instrument) for ease and convenience of analysis at the users desk area Fully compatible with Hitachi SEM S-3500N model Scanning Electron Microscope Installation of system on-site Initial familiarization training on-site by personnel knowledgeable in both the operation and troubleshooting of the instrument. Training should provide a basic understanding of EDS fundamentals and hands-on experience with the EDS software. Instruction manual for operation of the instrument Service maintenance agreement included in purchase. Offeror shall specify terms along with response to the solicitation. Manufacturers warranty to protect parts and components against defects in materials and workmanship. Offeror shall specify terms along with response to the solicitation. Offerors response to the solicitation shall contain full specifications of instrument and software, including, but not limited to, detection capabilities and limits, spectral range at 10 eV per channel (or at applicable value of eV), processing times, and software features. Best value criteria Technical: Technical support personnel shall be knowledgeable in both the operation and troubleshooting of the instrument. In addition, they shall possess enough technical knowledge of chemistry and materials to provide sound advice on how best to utilize the instrument to analyze samples. Supporting documentation shall be provided in the response to this solicitation that states the level and type of knowledge of the technical support personnel that the government will interact with when requesting support. Features: Hardware and Software features that enhance the analysis tools over and beyond the features specified above are highly desired. The warranty and service agreements will be evaluated to determine features that provide the best value to the government. Conformance to ISO standards will be considered. Cost: The best combination of cost and value to the government will be considered. Past Performance: Past performance of the bidding companies with the government will be considered. The provisions and clauses in the RFQ are those in effect through FAC 2005-60. The NAICS Code and the small business size standard for this procurement are 334513/500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 required within 90 days ARO. Delivery shall be FOB Destination. Offers for the Electron Dispersive Spectrometer described above are due by COB August 15,2012 to NASA/Glenn Research Center, Attn: Nancy Shumaker (MS: 60-1), 21000 Brookpark Road, Cleveland, OH 44135-3127 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product offered is other than domestic end product as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items are applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, and 52.232-33. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Nancy Shumaker not later than August 15, 2012. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements such as delivery, warranty, service agreement/maintenance, on-site training and technical support, etc. shall also be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (FEB 2012), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC12442482Q/listing.html)
- Record
- SN02821546-W 20120802/120801000053-c7cf74cf69801bc68d8d90745ab1827b (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 |