Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
SOLICITATION NOTICE

66 -- Target Surfacing System

Notice Date
8/27/2013
 
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
SB1341-13-RQ-0870
 
Archive Date
9/18/2013
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Carol A. Wood, Phone: 301-975-8172
 
E-Mail Address
carol.wood@nist.gov, carol.wood@nist.gov
(carol.wood@nist.gov, carol.wood@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 05-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested offerors may submit a quote. BACKGROUND The general mission of the Materials Measurement Science Division (MMSD) of the Material Measurement Laboratory (MML) at the National Institute of Standards and Technology (NIST) is to provide research, reference materials, and data to support accurate and selective analysis of microscopic particles and surfaces including the spatial distribution of chemical species relevant to industrial, environmental, and biological processes. A large part of MMSD's research involves high resolution electron microscopy (EM) of many different types of sample. In most cases, these samples have to be cut, shaped and polished prior to being analyzed. For this purpose, MMSD requires a small, tabletop sized target surfacing system that can process samples rapidly in wet and dry conditions to EM ready polished surfaces. This system will complement the existing sample polishing facility by providing much faster sample preparation options that do not require polishing expertise. For general sample preparation, MMSD is currently equipped with several standard sample polishing stations (rotary polishing wheels) and several band saws. However, the polishing stations and saws are designed for larger parts or resin embedded samples. Additionally, the existing sample prep equipment requires access to laboratory sink or separate machine room area. The required equipment is designed for use in EM laboratory for quick sample preparation, is designed for smaller and irregular samples without the need to embed them into resin and enables rapid and precise sample surface preparation with real time monitoring of the surface being prepared. MMSD is currently involved in analysis of various nanoparticle containing material samples. These samples are usually small in size and of irregular shape and cannot be prepared without embedding the sample. Samples need to be shaped, planarized and polished on multiple sides for full analysis. Because different sides of the sample have to be examined and quickly, they cannot be embedded into resins (only single face is available for analysis and takes at least a day to prepare the sample and then additional day or more to have the sample prepped by our sample prep technicians). Also, the samples become available at irregular intervals in ones and twos at a time, so MMSD cannot plan for a large number of samples all at once even if they can be embedded. MMSD requires versatile sample preparation equipment that can co-locate with the electron microscope and can be used to prepare samples for analysis within 30 minutes without additional embedding. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency's requirement. LINE ITEMS All interested quoters shall provide a quote for all of the following line items: LINE ITEM 0001: Quantity one (1) each Leica EM TXP, or equivalent. The system must consist of all of the following components, or equivalent. The system must meet all of the salient characteristics identified herein. Leica PART NUMBER DESCRIPTION 16702804 Leica EM TXP Basic Unit 16705856 M80 Stereo Microscope 16702864 Graticule for M80, 12mm 16702864 Movable objective adaptor for M80 16702857 Diamond disc cutter 16702896 Arbor for lapping foil carrier and diamond disc cutter 16702833 Carrier for lapping foil 30mm diameter usable for diamond foils 16702834 Lapping foil, 15 micrometers... 16702835 Lapping foil, 9 micrometers...16702870 Lapping foil, 2 micrometers... 16702871 Lapping foil, 0.5 micrometers... 16702841 Carrier for lapping foil 30mm... 16702840 Case for carriers and foil 16701772 Flat specimen holder, clamping range: 0-4mm 16701761 Universal specimen holder for specimen of 3-8mm diameter 16702889 Extraction/filtration unit... SALIENT CHARACTERISTICS -Graphic LCD display; -100 micrometers to 0.5 micrometer step range; -Programmatically adjustable processing parameters such as feed rate, lubricant flow rate, force (pressure) limit, rotational speed, saw speed; -Interchangeable polishing and cutting heads; -Auto process control; -Adjustable milling angle; -Adjustable and rotatable specimen holder; -Stereo zoom microscope; -Diamond cutters; -HEPA filtration unit; -Wet & dry processing; and -Table top dimensions: Width: 479 mm Height: 565 mm Deep: 389 mm - for use on the existing bench surface near NISTs existing electron microscope. LINE ITEM 0002: INSTALLATION The Contractor shall provide installation for the equipment. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of all salient characteristics, and removal of all trash. The Contractor shall provide any specialty tools or equipment needed for the installation, adjustment, or maintenance of the equipment. Qualified personnel must complete the installation. LINE ITEM 0003: TRAINING The Contractor shall schedule and facilitate a training session for NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. Installation and training must be scheduled, in advance, with NIST personnel. Training may be conducted immediately following completion of installation, but not later than 30 days after successful completion of installation and demonstration of specifications. LINE ITEM 0004: WARRANTY The Contractor shall provide, at a minimum, a one year warranty for the equipment. Warranty shall include all parts and labor. Warranty shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel costs shall be included in the warranty. If return to vendor, all shipping charges and all responsibility for the shipments to and from NIST, shall be the responsibility of the Contractor. Warranty service must be provided Monday through Friday during normal working hours. Warranty service outside of normal working hours is not required. DELIVERY Delivery, installation and training shall be completed not later than 120 days from the date of award. Delivery terms 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 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. EVALUATION OF QUOTATIONS Award will be made on a technically acceptable/low price basis. Technically acceptable means the quoted equipment meets all salient characteristics, and meets the Governments needs in the same manner as the brand name. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; and 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, 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: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post Award Small Business Program Rerepresentation 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 52.222-35, Equal Opportunity for Veterans 52.222-37, Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.247-34 FOB Destination; and 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. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of an FOB Destination price quotation which addresses all Line Items; 2) Two (2) originals of technical description and/or product literature. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the salient characteristics stated herein. It is the responsibility of the quoter to ensure that all salient characteristics are clearly documented; 3) A description of the proposed warranty; 4) 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) 5) The DUNS number for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov when the quotation is submitted to be considered for award; 6) The name of the manufacturer, business size of the manufacturer and the city and state of manufacture for the quoted equipment. All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on Tuesday, September 3, 2013. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED. E-mail quotations will be considered received when they are entered into the electronic inbox of Carol Wood.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0870/listing.html)
 
Record
SN03165111-W 20130829/130828000504-1c4c9faadc9626c2680fb1f7bfd44885 (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.