Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
SOLICITATION NOTICE

66 -- Portable XRF Device

Notice Date
8/27/2012
 
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-0694
 
Archive Date
9/21/2012
 
Point of Contact
Dana Rae Graham, Phone: 3019753978, Andrea A Parekh, Phone: (301)975-6984
 
E-Mail Address
danarae.graham@nist.gov, andrea.parekh@nist.gov
(danarae.graham@nist.gov, andrea.parekh@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
CLASSIFICATION CODE: 66- Laboratory Equipment and Supplies SUBJECT: Portable XRF Device SOLICITATION NUMBER: SB1341-12-RQ-0694 RESPONSE DATE: September 6, 2012 SUBMISSION METHOD: FBO CONTACT POINTS:, Dana Rae Graham, Contract Specialist, (301) 975-3978 Andrea G. Parekh, Contracting Officer, (301) 975-6984 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 Dana Rae Graham, Contract Specialist, with copy to Andrea Parekh, 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 submit a quote.*** ***The National Institute of Standards and Technology is seeking to purchase a Portable XRF Device.*** ***Line item 0001 is a BRAND NAME or EQUAL requirements. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs.*** ***All interested Contractor's shall provide a quote for the following: Line Item 0001: Quantity One (1) OLYMPUS INNOV-X XRF Model Delta DS-4000CC XRF or Equivalent Portable XRF Device that must meet the attached salient characteristics. I. BACKGROUND INFORMATION NIST requires a direct reading instrument to assist in surface wipe sampling for heavy metals. Obtaining an XRF will help speed time for results during investigations and allow researchers to continue their work without long wait times from private analytical laboratories. II. SALIENT CHARACTERISTICS The XRF Elemental Analyzer must meet each of the following minimum functional requirements in order to be considered technically acceptable: 1. Shall be able to perform non-destructive bulk sample material identification. 2. Shall be able to be used with loose material (dust, soot, ash) or solids (plastics, textiles) 3. Shall have X-ray tube power of greater than or equal to 4 W or must have X-ray tube potential of greater than or equal to 40 kV 4. Shall be equipped with a Silicon Drift Detector (SDD) or Silicon PIN optical diode detector 5. Analysis shall provide positive identification of more than 25 elements including: Cr, Hg, As, Pb, Br, Cd, Cl, Ti, Fe, Co, Ni, Cu, Zn, Sn, Sb, Ba 6. The limit of detection for the following elements (in a polymer material matrix) shall be less than 20 ppm: Pb, Br, Zn, Sb, Hg 7. Quantification of measurement error and traceable calibration shall be provided by the contractor 8. Shall be less than 5 lbs in weight 9. Shall have hot swap battery capability 10. Battery power shall last longer than 4 hours when fully charged 11. Shall have ruggedized handheld portable design suitable for industrial field use 12. Shall have touch screen color illuminated direct reading display with multiple lines of text and graphical data, and shall be a non-movable screen 13. Shall have capability for a small diameter (less than or equal to 3 mm) analysis region spot size 14. Shall have a built in digital camera to view and record a snapshot of the analyzed sample 15. Shall provide new reading and data analysis in less than 10 seconds from sample start time 16. Shall have capability for local data storage of more than 1000 sample readings 17. Shall be capable of data transfer from USB cable or memory card to Personal Computer. Data files must be ASCII (tab or csv), XML, or MS Excel 18. Shall include a docking station for XRF instrument, capable of charging internal and external battery 19. Shall have a minimum 2 year warranty to include software upgrades for the life of the product *** DELIVERY : Delivery shall be provided not later than 60 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. *** *** EVALUATION CRITERIA : 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APRIL 2012) The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results as lowest price and technically acceptable. Quotations deemed technically unacceptable will not be considered further for award. *** *** 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: 52.211- 6 Brand Name or Equal 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; 52.222-3, 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. *** 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)*** ***All quotes shall be received not later than 2:00 PM local time, on September 6, 2012, via FBO. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Dana Rae Graham) @ danarae.graham@nist.gov. E-mailed and faxed quotes will NOT be accepted. Offeror's quotations shall not be deemed received by the Government until the quotation is submitted via FBO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0694/listing.html)
 
Record
SN02856873-W 20120829/120828000359-7540e13deee7650489c40c2c79771503 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.