Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2021 SAM #7140
SOLICITATION NOTICE

66 -- (1) Agilent 4300 Handheld FTIR (Brand Name Only), portable, handheld, battery operated infrared fourier transform (FTIR) analyzer with software

Notice Date
6/17/2021 12:37:36 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
NB7310702102029
 
Response Due
6/23/2021 2:00:00 PM
 
Archive Date
07/08/2021
 
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 separate 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 (Brand Name Only, Agilent) Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 dated 03-10-2021. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 Laboratory analytical instruments (except optical) manufacturing.� The small business size standard is 1,000 employees. This acquisition is 100% set aside for small businesses. Background For the Infrastructure Materials Group (IMG) in the Engineering Laboratory (EL) at the National Institute of Standards and Technology (NIST), Fourier Transform Infrared (FTIR) spectroscopy has been a workhorse technique used to identify materials, determine the composition of mixtures, monitor the course and extent of degradation reactions, and provide information in deducing molecular structure for our studies on durability and service life of infrastructure materials (polymer, concrete, engineered composites) in resilient infrastructure applications.� There is a growing need to measure these materials online or in the field. This is particularly true for STRS projects, Service Life of Polymers Used in Photovoltaic (PV) Systems, Additive Manufacturing with Cement-based Materials, and Reliability of Fiber Reinforced (FR) Composite Systems in Resilient Infrastructure.� Handheld FTIR spectrometers are currently being used by many industries to assess the condition of the various materials used in manufacturer processes and/or in other applications such as component assessment in power plants, field infrastructure (PV modules and structures, i.e., reinforced buildings, bridges, etc).� However, each application may use a different procedure and obtain different results if not standardized.� This equipment provides NIST unique measurement capability for the assessing the reliability of newer online/in-field measurements for various composite materials.� IMG currently owns and operates an Agilent Exoscan FTIR that has been heavily used in many projects (polymeric composites & coatings, FRP composites, PV backsheet, and electrical cables) and has exceeded its effective service life.� IMG now requires replacing this instrument with the Agilent 4300 (Brand Name Only); a portable, handheld, battery operated FTIR analyzer with software that can achieve performance equal to conventional laboratory FTIR spectrometers.� This instrument can perform analyses on opaque specimens with ATR and diffuse reflectance accessories, which are essential and compatible with the IMG research already begun using the Agilent Exoscan instrument. Purpose The purpose of this acquisition is to procure an (Agilent, Brand Name Only) handheld portable spectrometer to give NIST unique measurement capability for assessing the reliability of newer online/in-field measurements for various composite materials.� The instrument, an Agilent 4300 Handheld FTIR (Brand Name Only), is a portable, handheld, battery operated infrared Fourier transform (FTIR) analyzer with software that can achieve performance equal to conventional laboratory FTIR spectrometers on opaque specimens with an ATR and diffuse reflectance accessories, which are essential for the IMG composite materials. The Agilent 4300 Handheld FTIR is the only, truly handheld FTIR analyzer manufactured to measure opaque solid materials.� No other known products possess the handheld capability in addition to the other required critical features, such as multiple sample heads required to measure the variety of materials for government research.� The handheld capability is critical for in-the-field use as it is necessary to reach overhead to assess non-removable equipment such as kilometers lengths of electrical cables and banks of immobile PV modules.�� Agilent is the only manufacturer that sells a truly handheld FTIR analyzer with an ATR and diffuse reflectance accessories needed to measure opaque solid materials and achieve performance equal to conventional laboratory FTIR spectrometers. Description of Required Products (1) Agilent 4300 Handheld FTIR (Brand Name Only), portable, handheld, battery operated infrared fourier transform (FTIR) analyzer with software The handheld, portable apparatus shall be composed of an infrared module and a data acquisition device that meets the minimum technical requirements described below.� The infrared module shall consist of: Interchangeable sampling interfaces, to include: Monolithic diamond attenuated total reflectance (ATR) interface Germanium ATR interface Diffuse reflectance interface 45 Degree Michelson interferometer with 4 cm-1 maximum resolution Frequency range:� 4500 cm-1 to 600 cm-1 Beamsplitting capability with zinc selenide (ZnSe) material Temperature stabilized detector with deuterated triglycerine sulfate (DTGS) technology Size:� ? 10 cm x 19 cm x 35 cm (excluding handle and sampling accessory) Weight: ? 2.2 kg, including data system and batteries Power on/off capability Power Supply equal to 100-240 Volt AC, 50-60 Hertz, 15 volt DC output Battery control using rechargeable batteries lasting ? 3 hour run time Battery replacement without shutting down the instrument using dual hot-swappable batteries Battery Charger The data acquisition device shall consist of:� Integrated CPU Processor:� ? Intel PXA270 at 520 megahertz Operating System: ? Microsoft Windows CE 6.00 Edition� Memory:� ? 64 megabytes low power RAM Hard Drive: ? 128 megabytes NAND flash USB 2.0 instrument to computer interface Power Supply: 100-240 volt AC, 50/60 hertz; output: 5 volts DC Battery Control: rechargeable batteries lasting ? 8 hours estimated run time using dual hot-swappable batteries� Data analysis software for performing tests and storing information about the test Tailor software access to limit instruments commands for user testing needs Ability to upload and download of data and methods between the instrument data acquisition device and NIST desktop/laptop computers, utilizing Windows operation and program such as Windows Excel�� The entire system shall perform under the following environments: Operating temperature: 0 �C to 50 �C Storage Temperature: -25 �C to 75 �C Humidity: 95%, non-condensing Shock: withstand 40 G on each axis (in shipping case) Vibration: withstands 60 hertz for 30 minutes Water resistance: completed sealed spectrometer compartment The entire system shall include: Operational Manual Shipping container Docking station Warranty Requirements The Contractor shall provide, at a minimum, a one-year warranty for the equipment and software. The warranty shall cover all parts, labor, and travel. The warranty shall commence upon successful completion of delivery, installation, and training. Delivery Requirements Delivery shall be made F.O.B. Destination within 120 days after Contractor receipt of order to the National Institute of Standards and Technology at the address identified below. National Institute of Standards and Technology (NIST) 100 Bureau Drive Building 301 Shipping & Receiving Gaithersburg, MD 20899-0001 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 a controlled-access facility and is also under limited access restrictions due to COVID-19. Deliveries are only accepted when arranged in advance. The Contractor shall request approval of delivery time with the NIST Technical Point of Contact (TPOC) in advance of shipment. Contractor failure to confirm delivery method and procedures and to 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 received and physically inspected.� Installation Requirements The Contractor shall provide installation for (Brand Name Only) Agilent 4300 Handheld FTIR within 14 days after delivery to NIST. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications, and removal of all trash. Contractor access to the NIST campus shall be scheduled in advance with the COR and shall adhere to the COVID-19 mitigation guidelines that will be provided prior to accessing the NIST campus. Contractor staff will be escorted by NIST staff during installation.� Training Requirements The Contractor shall schedule and facilitate training for one person � in person training (following COVID-19 -prevention protocol) in addition to many others via webcam on-line training at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation, and basic troubleshooting. The training may be completed on-site at NIST immediately after installation. Inspection & Acceptance NIST will inspect delivered products within ten (10) business days after install to ensure that they conform to the requirements identified in this Statement of Need. If all requirements are met and the equipment is operational, the product shall be accepted.� The Contractor has the right, at its expense, to be present during the inspection. The place of inspection and acceptance shall be: NIST, 100 Bureau Drive, Gaithersburg, MD 20899. NIST Campus Security & Public Health Contractor personnel shall follow NIST Visitor and Contractor Protocols for Mitigating COVID-19 Exposure on NIST Campuses as identified at this link: https://www.nist.gov/about-nist/visit/nist-visitor-and-contractor-protocols-mitigating-covid-19-exposure-nist-campuses� NIST is a restricted campus. The contractor shall provide the name and citizenship information of the delivery, installation, and training technician(s) to the NIST TPOC five business days prior to arrival at the NIST Gaithersburg campus. The TPOC will submit the name and citizenship information to the NIST Office of Security in order for the Contractor to enter the NIST Gaithersburg campus to perform delivery, installation, and training. The Contractor is also responsible for providing appropriate identification at the NIST Security Office to obtain access to campus. Delivery trucks must arrive via Gate C. To access the campus separately from deliveries by car, the Contractor must register their vehicle(s) with the NIST Security Office upon arrival.� A valid driver�s license or Government-furnished civilian ID, as well as proof of insurance and current vehicle registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued.� The pass shall be displayed on the vehicle in accordance with NIST Security Office instructions.� Valid identification, such as a driver�s license or passport, is required for access, for entry into buildings, and is shown to the armed Security Police when entering the NIST Gaithersburg campus. PAYMENT TERMS 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 firm fixed price payment schedule established at time of award. APPLICABLE PROVISIONS AND CLAUSES Please see the attached document for applicable provisions and clauses. QUESTION AND ANSWER PERIOD CAR 1352.215-73 INQUIRIES (APR 2010): Offerors must submit all questions concerning this solicitation in writing electronically to Ms. Karen Armstrong, Contract Specialist, at Karen.Armstrong@nist.gov. Questions must be received by or before June 23, 2021 at 5:00 PM ET. 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.� (End of Provision). � DUE DATE FOR QUOTATIONS All quotations must be submitted via email to Ms. Karen Armstrong, Contract Specialist, at Karen.Armstrong@nist.gov. Submission must be received not later than June 28, 2021 at 5:00 PM ET. Quotation Submission Requirements: 1). Price Quotation: The pricing quotation shall be separate from any other portion of the quotation.� The offeror shall provide a firm-fixed-price, FOB Destination is required, for each CLIN.� The total prices quoted shall include any costs associated with shipping. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2). Technical Quotation: The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description, product literature, and/or drawings for the system it is proposing, which clearly identifies each requirement listed above. The offeror must demonstrate that its proposed system meets or exceeds each minimum requirement described above, by providing a citation to the relevant section of its technical description or product literature.� The contractor must not simply state they will meet the requirement; evidence must be provided.� If applicable, evidence that the Offeror is authorized by the original provider to provide the item(s) in the quotation should be included. 3). Acceptance of RFQ terms and conditions: This is an open-market solicitation for equipment as defined herein.� The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein.� The quotation should include one of the following statements: �The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.� OR �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) Note: This acquisition is 100% set aside for small businesses. 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. 4). The Dun and Bradstreet Number (DUNS number) for the quoter�s active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to receive an award; 5). Quoters shall include a completed copy of the FAR provisions highlighted in the attached Provisions & Clauses document, as an attachment to their quotation. FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (Oct 2014) The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government intends to award a single purchase order (PO) from this solicitation utilizing simplified acquisitions procedures in accordance with FAR part 13. The Government reserves the right not to award a PO and to make an award without discussions based solely upon initial quotes. EVALUATION CRITERIA: An award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest priced. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price. 1. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. 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 technical specifications. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award.� If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. 2. Price: The Government will evaluate price for reasonableness.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b51ff5914624d478b270b31e74a798f/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN06035960-F 20210619/210618201538 (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 |
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.