SOLICITATION NOTICE
66 -- (4) GaGe (Brand Name or Equal) Model RMX161G40 high speed digitizer
- Notice Date
- 6/23/2020 3:18:15 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NB7710102001930
- Response Due
- 7/6/2020 7:00:00 AM
- Archive Date
- 07/21/2020
- Point of Contact
- Karen Armstrong, Phone: 3019753671, Keith Bubar, Phone: 3019758329
- E-Mail Address
-
Karen.Armstrong@NIST.gov, keith.bubar@nist.gov
(Karen.Armstrong@NIST.gov, keith.bubar@nist.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR PART 13. ������ 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) 2020-06, dated May 6, 2020. The associated North American Industrial Classification System (NAICS) code for this requirement is 334516 Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 employees.� THIS ACQUISITION IS BEING COMPETED AS A BRAND NAME OR EQUAL, 100% SMALL BUSINESS SET ASIDE.� The Mathematical Modeling Group of the National Institute of Standards and Technology, in collaboration with the Biomedical Microtechnologies Group, develops new measurement technologies for microfluidic and cell-based systems.� Current focus areas include development of a microfluidic �cytometer-on-a-chip� as part of a NIST Innovations in Measurement Science Award.� In particular, NIST is developing novel methods for signal generation, acquisition, and analysis that significantly extend existing capabilities based on fluorescent probes that can attach to biological markers on cells.� As part of NIST�s work on developing repeatable measurement systems and signal multiplexing, multiple high-speed digitizers are required.� Each digitizer must have a high sample rate and high analog-to-digital converter resolution.� NIST requires these high speed digitizers as data acquisition devices to be used to read signals from photodetectors (e.g. photomultiplier tubes, silicon photomultipliers, and/or avalanche photodiodes) in support of cell-based and cytometry measurements.� The digitizers will be used to acquire data from photodetectors in our experiments.� The final goal is to develop a �cytometer-on-a-chip� with multiple integrated optics packages that can be connected to separate digitizers, enabling high-throughput, multiplexed, and repeat measurements of cell properties.� Brand Name or Equal This is a brand name or equal requirement for manufacturer GaGe. 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. Offerors must propose either the specific GaGe brand name product requested in each CLIN below, or a product of another manufacturer that meets each of the minimum specifications detailed in the respective CLIN.� However, as the products in each CLIN will be used together, all products quoted must be interoperable with each other. Minimum Requirements The system shall meet the minimum requirements identified in the CLIN�s listed below. All items shall be new.� Used or remanufactured equipment will not be considered for award. Experimental, prototype items will not be considered.� The use of �gray market� components not authorized for sale in the U.S. by the Contractor is not acceptable.�� All line items shall be shipped in the original manufacturer�s packaging and include all original documentation and software, when applicable. Schedule of Required Items The contractor shall provide the items described in the following Contract Line Item Numbers (CLINs).� Offerors must propose either the specific GaGe brand name product requested in each CLIN below, or a product of another manufacturer that meets each of the minimum specifications detailed in the respective CLIN.� The contractor shall propose a single firm-fixed price for each CLIN, to include shipping costs. Contract Line Item Number (CLIN) 0001: Quantity of four (4) GaGe (Brand Name or Equal) Model RMX161G40 high speed digitizer meeting the following minimum requirements:� High sample rate up to 1 GSample/s 16-Bit A/D resolution At least four input channels 8 GB onboard sample memory Up to 700MHz analog bandwidth Support high-speed data transfer performance with PC systems or PCIe instruments. Continuous streaming of data Must be compatible with software development kits for both Matlab and C/C++ (see CLIN 0003 and 0004) Contract Line Item Number (CLIN) 0002:� Quantity of four (4) Firmware to allow waveform data to be streamed directly and continuously from the digitizer to the PC RAM in a manner that allows the data to be accessible to the user. Contract Line Item Number (CLIN) 0003:� Quantity of one (1) Software Development Kit for MATLAB to be used with Windows and include sample M files showing how to acquire data from the digitizer. Contract Line Item Number (CLIN) 0004:� Quantity of one (1) Software Development Kit (SDK) for Windows to include sample programs in C/C++ showing how to acquire signals.� Moreover, the SDK must support continuous streaming of data.� Delivery: Deliverable One (1):� 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.� Note: The NIST Gaithersburg, MD campus is under limited access restrictions due to COVID-19 and deliveries are only accepted when arranged in advance. Delivery shall occur at a mutually agreed upon date between the contractor and the NIST technical point of contact (TPOC), but by no later than 10/01/2020. Prior to shipment, the Contractor shall request approval of delivery method and procedures with the NIST Technical Point of Contact. � Contractor failure to confirm delivery method and procedures and receive TPOC approval prior to shipment shall release the Government of any liability and may result in payment being withheld until the campus access restrictions have been lifted and the item can be physically inspected. All items shall be delivered to the following address: The National Institute of Standards and Technology Building 301 Shipping & Receiving���������������������������������������������������������������������������������������������� 100 Bureau DriveGaithersburg, MD 20899 Assembly and Installation: The products detailed in the Schedule of Required Items shall come fully assembled based on standard manufacturer practices.� All items must be new.� Refurbished items will not be accepted.� No installation services are required of the contractor. Inspection and Acceptance: Items will be inspected for damage and will be tested for proper functioning by NIST as soon as practically possible, given the current campus access restrictions. Warranty: The contractor shall provide a general industry-accepted manufacturer�s warranty period, beginning from date of government acceptance of items, to include service and repair by manufacturer for defects, workmanship faults, or loss of functional operation stemming from normal use and operation. Payment Schedule: The Contractor shall be paid, in accordance with Net 30-day payment terms, upon receipt and acceptance of a proper invoice, in accordance with the following schedule: 100% after receipt and acceptance by the TPOC of fully delivered system. The Government anticipates inspection to occur within a 30-day period after receipt. NOTE:� Partial shipments and partial invoices will not be accepted, unless otherwise requested and accepted by the Contracting Officer prior to award. Technical Evaluation Criteria Award shall be made to the offeror that provides the lowest priced, technically acceptable quote.� Technical acceptability means that the quote complies with all requirements detailed in the Schedule of Required Items, and otherwise complies with other solicitation requirements. Quotations shall clearly demonstrate the quotation of products that meet the minimum requirements detailed in the Schedule of Required Items, and the Offeror must be authorized by the Original Equipment Manufacturer (OEM) to sell the products being quoted. The Government will evaluate the offeror�s quote and award to the lowest priced, technically acceptable offeror. Quotation Submission Instructions All offerors shall submit the following to Karen Armstrong, Contract Specialist at karen.armstrong@nist.gov: 1) An electronic version of a quotation which addresses all of the above items; 2) Technical description, specifications, and/or product literature. The technical quotation shall include a line by line comparison of the minimum specifications of the quoted products to the minimum specs listed in this solicitation.� The offeror shall clearly demonstrate that each minimum spec is met. If proposing the product of another manufacturer, the offeror must demonstrate that they are authorized to sell the proposed product. The offeror shall propose a single firm-fixed price for each CLIN in the Schedule of Required Items, including shipping costs.� Offeror shall provide additional information as necessary to show the break-down of the proposed pricing. The Government intends to award one 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC).� If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price.� However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror�s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotations must be submitted electronically via Email, and be received not later than 10:00AM Eastern time, on Monday, July 6, 2020.� E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Karen Armstrong at karen.armstrong@nist.gov. Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Karen Armstrong, Contract Specialist, at Karen.Armstrong@nist.gov, by Wednesday, July 1, 2020 at 10:00AM.� NOTE: Please see the applicable Provisions and Clauses for important information each offeror must submit with its quotation.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2b2713950c044f0b87d4da7d663b8213/view)
- Place of Performance
- Address: Gaithersburg, MD 20899, USA
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN05700522-F 20200625/200623230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |