SOLICITATION NOTICE
66 -- Request for Quotes (RFQ), Scanning Electron Microscope (SEM), Brand Name or Equal
- Notice Date
- 9/1/2023 1:57:41 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25923Q0874
- Response Due
- 9/15/2023 1:00:00 PM
- Archive Date
- 10/25/2023
- Point of Contact
- Aaron Thurber, Contract Specialist, Phone: 303-712-5745
- E-Mail Address
-
aaron.thurber@va.gov
(aaron.thurber@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation for Scanning Electron Microscope This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (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; quotes are being requested, and a written solicitation document will not be issued. Solicitation number 36C25923Q0874 is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. This acquisition is set-aside as a Total Set-Aside for Small Business (SB). The North American Industry Classification System (NAICS) code is 334516 - Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 employees. The PSC is 6650 - Optical Instruments, Test Equipment, Components, and Accessories. The Department of Veterans Affairs (VA), Network Contracting Office 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Salt Lake City VA Medical Center, 500 Foothill Blvd., Salt Lake City, UT 84148, is seeking to procure items IAW the specific model or salient characteristics identified and the price schedule. The Contractor shall submit prices for one Scanning Electron Microscope (SEM), Installation and Training, and Shipping to the delivery location listed below. Description and Pricing Schedule: This solicitation is for a Brand Name or Equal SEM. The provision, FAR 52.211-6, Brand Name or Equal, is included in this solicitation (see Section VIII). All interested SB concerns shall provide quotations for the following items IAW the model or salient characteristics listed below. All shipping prices shall be Free on Board (FOB) Destination. Pricing Schedule Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Scanning Electron Microscope, SEC CO LTD. SNE-Alpha or equal 1 Each 0002 Installation and Training 1 Each 0003 Shipping 1 Each Total Price: $______________ Brand Name Model: Nanoimages SEC CO LTD. SNE-Alpha Salient characteristics: Secondary and Backscatter Electron Imaging Detectors Accelerating Voltages: 1kV to 30kV 5nm (SE) / 8nm (BSE) resolution Live Magnification Up to 150,000x 5 Axis (XYZTR) Motorized Stage -45° to 90° tilt and 360° rotation Navigation Camera with Tilt Assist 90 second pump down, 15 seconds to vent chamber Stage travel: ±20mm x ±20mm x 40mm (XYZ) Maximum Sample Size (full coverage): 80x80x35mm Variable Apertures (30 / 50 / 50 / 100 µm) Variable Spot Size software controlled Beam Shift 50µm High and Low Vacuum Operation Auto start, focus and brightness Image format BMP, TIF, JPG 5 Image Capture Sizes up to 5120x3840 pixels Image Video Recording 4 Image Display Modes SE / BSE / Dual / Merge (composite) Built-in Image Annotation and Feature Dimensioning Particle size analysis, 3D rendering and Image stitching software Starter kit of sample holders/stubs: flat, 45° and 90° Carbon Tape, Silver Paste, Storage Box, and other tools Pre-wired to accept add-on EDS, Raman, CL, EBIC and EBSD User Serviceable Filament, Column and Apertures 5 pre-aligned Tungsten Filament + Wehnelt assemblies SEM Electronics easily diagnosed and serviceable Weight: 125kg (+24kg for roughing pump) Pfeiffer Turbo Molecular pump included Roughing RV pump with Vibration Dampener included Windows 10 Computer/ 24 Flat Screen monitor 300 (W) X 465 (D) X 605 (H) Must include spare part and filaments. Must include a one-year warranty. Must be compatible with the MCM-100 Sputter Coater with AU Target. Delivery location: Items will be delivered to the Salt Lake City VA Medical Center, 500 Foothill Blvd., Salt Lake City, UT 84148 and shall be delivered within 30 days after receipt of order (ARO). FAR 52.211-6 - BRAND NAME OR EQUAL (Aug 1999) (a) If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. (b) To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ""equal"" products based on information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: Offeror shall submit offers by Due Date/Time specified in section XVI. Late quotes will not be considered. Offeror shall acknowledge all amendments as part of their quote. Offeror shall submit the completed Price Schedule Table from Section VI. Offeror shall list the origin country of each manufactured product listed. Technical Specification Documents. Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered con-compliant and eliminated from evaluation. (End of Provision) The provision at FAR 52.212-2 Evaluation Commercial Items applies to this acquisition. Addendum to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES 1. Basis of Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate offers based on price and other non-priced factors. Evaluation of quotes will be conducted utilizing Simplified Acquisition Procedures in accordance with FAR 13.106-2(b)(3), Evaluation of Quotations or Offers, using comparative evaluation. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most beneficial to the Government. The Government reserves the right to consider a quotation other than the lowest price. Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides a benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each offer must meet the requirements of the solicitation to be considered for evaluation. Please read each section below carefully for the submittals and information required as part of the evaluation. Offers missing the requested information below, as well as the items listed in the Addendum to FAR 52.212-1, Instructions to Offerors, shall be considered non-compliant and your quote may be removed from the evaluation process. (a) Technical Specifications: - Offerors shall submit documentation illustrating the technical specifications of the item(s). This description shall include a list of the salient characteristics and its accessories. There is an eight-page limit. Technical Specification pages exceeding the eight-page limit will not be evaluated. (b) Price - The Government will evaluate the price schedule submitted by each offeror. Price schedule is pricing per line item. (c) Acceptance of Offer - A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-3 OFFERORS REPRESENTATION AND CERTIFICATIONS COMMERCIAL ITEMS Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERIAL ITEMS (November 2021), applies to this requirement. Addendum to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERIAL ITEMS (November 2021) Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into FAR 52.212-4 as an addendum to this contract: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.239-1 Privacy or Security Safeguards (AUG 1996) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (NOV 2022) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (DEC 2022), applies to this requirement. The additional clauses below are incorporated by reference. FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors (NOV 2021) Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-8 Utilization of Small Business Concerns (SEP 2021) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1 Buy American Supplies (JAN 2021) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (DEC 2022) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.229-12 Tax on Certain Foreign Procurements (JUN 2020) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided below. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html (FAR) https://www.acquisition.gov/vaar (VARR) The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71- Gray Market Items (APR 2020) This is not a Defense Priorities and Allocations System (DPAS) rated requitement. Offers are due September 14, 2023 @ 2:00 p.m., local Mountain Time. All questions/inquiries must be submitted to the Contract Specialist via electronic email no later than September 7, 2023, by 2:00 p.m., local Mountain Time. Inquiries submitted via telephone will not be accepted. Submit offers or any questions to the attention of Aaron Thurber via email to: aaron.thurber@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/309fd5b97aed42ee8c42963baee3a0c0/view)
- Place of Performance
- Address: Salt Lake City VA Medical Center 500 Foothill Blvd., Salt Lake City, UT 84148, USA
- Zip Code: 84148
- Country: USA
- Zip Code: 84148
- Record
- SN06817060-F 20230903/230901230102 (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 |