Imaging Raman Spectroscopy Instrument (№10694953)

23 oct

Number: 10694953

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


23-10-2018

Description


Imaging Raman Spectroscopy InstrumentSolicitation Number: 80JSC018Q0028
Agency: National Aeronautics and Space Administration
Office: Johnson Space Center
Location: Mail Code: BH

Solicitation Number: 80JSC018Q0028

Notice Type: Award

Contract Award Date: October 18, 2018

Contract Award Number: 80JSC019P0002

Contract Award Dollar Amount: 544852

Contractor Awarded Name: WITEC Instruments Corporation

Contractor Awarded DUNS: 127781255

Contractor Awarded Address: 130G Market Place BLVD

Knoxville , Tennessee 37922
United States

Synopsis: Added: Aug 31, 2018 11:06 am COMBINED SNYOPSIS/SOLICITATION FOR COMMERICAL ITEMS
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The synopsis/solicitation 80JSC018Q0028 and is being issued as a Request for Quote (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98 published on 1 May 2018.

This acquisition is unrestricted. The associated NAICS code is 334516 (Analytical Laboratory Instruments Manufacturing) with a size standard of 1000 employees.

The Contractor will provide an imaging Raman spectroscopy for the purpose of performing non-destructive, initial characterization of carbonaceous astromaterials. The minimum requirements of the spectroscopy are as follows:

a. Confocal Raman imaging microscopy with the capability of collecting Raman spectra with 0.3 μm x 0.3 μm x 1 μm voxel resolution

b. Software for Raman spectra and image processing

c. Built-in spectral calibration light source capable of adding spectral calibration lines to all measurements, in both single-spectrum and Raman imaging modes

d. Capability to collect Raman spectra with multiple excitation wavelengths such as 488, 532, and 633 nm

e. Objective lens turret capable of holding six objective lenses

f. Piezo-driven scan platform with position accuracy less than 2 nm in x-y direction

g. Large-area imaging capability to at least 50mm2

h. Non-contact, large area (50mm2 in area) topographic imaging capability for collecting Raman images off of rough surfaces, able to collect a Raman image in a single pass without manually changing the focal length. The vendor must have had this feature commercially available for at least five years to ensure adequate technological maturity.

i. Optical fiber transmission of light from the excitation laser to the instrument body, and from the instrument body to the spectrometer

j. Software-controlled laser power attenuation

k. Transmission light microscopy with transmission light source and cross-polarized visual imaging capability

l. Capability for concurrent Stokes and anti-Stokes Raman spectroscopy with each spectrum

m. Electron Multiplying Charged Coupled Device (EMCCD) detector capable of rapid imaging (>1200 spectra/s) with the entire detector surface devoted to Raman spectra collection to maximize sensitivity

n. The entire item must be compact and fit within a floor space 2m x 3m in area.

o. The power supply must interface with a 208V or 120V outlet (NASA"s house power) or provide for a transformer to interface with NASA"s house power as part of the system.

p. All requirements should be met with a single instrument design that is readily available for purchase, with no additional development necessary.

See Attachment for Submittal of Quotation:
-Attachment 1 - Request for Quotation

The Raman spectroscopy must be delivered within 90-days or less.

The following clauses and provisions are incorporated (full text of the clauses and provisions may be accessed electronically at

http://www.acquisition.gov/far/index.html)

FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017)

FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014). 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 following factors are in descending order of importance and shall be used to evaluate offers:

1. Technical Capability: Technical acceptability will be determined by review of information submitted in the quotation, which must provide sufficient detail to show that the product/services offered meets the Government"s requirement.

2. Past Performance: Past Performance will be evaluated in accordance with FAR 15.304.

3. Price: The Government will evaluate the quoted price for award purposes by using price analysis techniques described in FAR 15.404-1(b) based on competition and other factors.

Technical capability and past performance, when combined, are more important than price.

(End of Provision)

All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, or complete electronic annual representations and certifications at SAM.gov.

FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017).

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2018) is applicable and the following identified clauses are incorporated by reference:

-52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I
(Oct 1995)
- 52.222-3, Convict Labor (June 2003)
- 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018)
- 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
- 52.222-26, Equal Opportunity (Sep 2016)
- 52.222-35, Equal Opportunity for Veterans (Oct 2015)
- 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
- 52.222-37, Employment Reports on Veterans
- 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
- 52.222-50, Combating Trafficking in Persons (Mar 2015)
- 52.222-54, Employment Eligibility Verification (Oct 2015)
- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
- 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
- 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013)

(End of Clause)



FAR 52.204-7, System for Award Management (Oct 2016)
FAR 52.204-12, Unique entity Identifier Maintenance (Oct 2016)
FAR 52.204-13, System for Award Management Maintenance (Oct 2016)
FAR 52.204-19, Incorporation of Reference of Representations and Certifications (Dec 2014)
FAR 52.209-6, Protecting the Government"s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
FAR 52.209-10, Prohibition on contracting with Inverted Domestic Corporations (Nov 2015)
FAR 52.223-6, Drug-free Workplace (May 2001)
FAR 52.232-1, Payments (Apr 1984)
FAR 52.232-8, Discounts for Prompt Payment (Feb 2002)
FAR 52.232-17, Interest (May 2014)
FAR 52.232-23, Assignment of Claims (May 2014)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.233-1, Disputes (May 2014)
FAR 52.233-3, Protest After Award (Aug 1996)
FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)
FAR 52.242-13, Bankruptcy (Jul 1995)
FAR 52.242-15, Stop-Work Order (Aug 1989)
FAR 52.242-17, Government Delay of Work (Apr 1984)
FAR 52.243-5, changes and Changed Conditions (Apr 1984)
FAR 52.246-4, Inspection of Services - Fixed-Price (Aug 1996)
FAR 52.246-11, Higher-Level contract Quality Requirement (Dec 2014)
FAR 52.246-25, Limitation of Liability - Services (Feb 1997)
FAR 52.247-29, F.o.b. Origin (Feb 2006)
FAR 52.249-8, Default (Fixed-Price Supply and Service) (Apr 1984)


NFS 1852.203-71, Requirement to Inform Employees of Whistleblower Rights (Aug 2014)
NFS 1852.237-72, Access to Sensitive Information (Jun 2005)
NFS 1852.245-72, Liability for Government Property Furnished for Repair or Other Services (Jan 2011)



FAR 52.216-1, Type of Contract (Apr 1984)
The Government contemplates award of a Firm Fixed-Price contract resulting from this solicitation.
(End of Provision)

FAR 52.233-2, Service of Protest, (Sept 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 2101 NASA Parkway, Houston, TX., 77058 (Attention: Ashley Alessandrini/BH-4).
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)

NFS 1852.215-84, Ombudsman (Nov 2011)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the pre-award and post-award phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution.
(b) If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman, whose name, address, telephone number, facsimile number, and e-mail address may be found at:

http://prod.nais.nasa.gov/pub/pub_library/Omb.html . Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the Agency ombudsman identified at the above URL. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer or as specified elsewhere in this document.

(End of clause)


NFS 1852.216-78, Firm Fixed Price (Dec 1988)
The total firm fixed price of this contract is $ (fill-in at the time of award).

(End of clause)


NFS 1852.232-80, Submission of Vouchers/Invoices for Payment
(a) The designated payment office is the NASA Shared Services Center (NSSC) located at FMD Accounts Payable, Bldg. 1111, Jerry Hlass Road, Stennis Space Center,
MS 39529.
(b) Except for classified vouchers, the Contractor shall submit all vouchers electronically using the steps described at NSSC"s Vendor Payment information web site at: https://www.nssc.nasa.gov/vendorpayment. Please contact the NSSC Customer Contact Center at 1-877-NSSC123 (1-877-677-2123) with any additional questions or comments.
(c) Payment requests.
(1) The payment periods designated in the payment clause(s) contained in this contract will begin on the date a proper request for payment is received by the NSSC payment office specified in paragraph (b) of this section. Vouchers shall be prepared in accordance with the guidance provided by the NSSC at the following website: https://answers.nssc.nasa.gov/app/answers/detail/a_id/6643.
(2) Vouchers shall include the items delineated in FAR 32.905(b) supported by relevant back-up documentation. Back-up documentation shall include at a minimum, the following information:
(i) Breakdown of billed labor costs and associated contractor generated supporting documentation for billed direct labor costs to include rates used and number of hours incurred.
(ii) Breakdown of billed other direct costs (ODCs) and associated contractor generated supporting documentation for billed ODCs.
(iii) Indirect rate(s) used to calculate the amount of billed indirect expenses.
(d) Non-electronic payment. The Contractor may submit a voucher using other than the steps described at NSSC"s Vendor Payment information through any of the means described at https://www.nssc.nasa.gov/vendorpayment, if any of the following conditions are met:
(1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer"s determination with each request for payment when the Government-wide commercial purchase card is used as the method of payment.
(2) The contract includes provisions allowing the contractor to submit vouchers using other than the steps prescribed at NSSC"s Vender Payment information website. In such instances the Contractor agrees to submit non-electronic payment requests using the method or methods specified in Section G of the contract.
(e) Improper vouchers. The NSSC Payment Office will notify the contractor of any apparent error, defect, or impropriety in a voucher within seven calendar days of receipt by the NSSC Payment Office. Inquiries regarding requests for payment should be directed to the NSSC as specified in paragraph (b) of this section.
(f) Other payment clauses. In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests.
(g) In the event that amounts are withheld from payment in accordance with provisions of this contract, a separate payment request for the amount withheld will be required before payment for that amount may be made.
(End of clause)

Responses to this combined synopsis/solicitation must be received via email no later than 5:00 PM Central Standard Time on 11 September 2018. Responses should include the solicitation 80JSC018Q0028.

All technical questions must be directed to the Contracting Officer, Ashley Alessandrini at 281-244-8262 or

[email protected] no later than 5:00 CST on 6 September 2018.

Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Added: Sep 11, 2018 3:41 pm THIS NOTICE CONSTITUTES AMENDMENT NO. 1 TO THE COMBINED SYNOPSIS/RFQ FOR Imaging Raman Spectroscopy Instrument, 80JSC018Q0028. Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/RFQ and a written amendment will not be issued.

The purpose of this amendment is to extend the RFQ response date from September 11, 2018 to September 19, 2018.


The due date for receipt of offers is extended to September 19, 2018.


Companies shall provide the information stated in the synopsis/RFQ posted on the NASA Acquisition Internet Service (NAIS) on August 31, 2018. Documents related to this procurement are available over the Internet. These documents reside on a World Wide Web (WWW) server which may be accessed using a WWW browser application.


Added: Sep 17, 2018 11:42 am

This notice constitutes Amendment 2 to the Combined Synopsis/RFQ for the Imaging Raman Spectroscopy Instrument.


Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/RFQ and a written amendment will not be issued.


The purpose of this amendment is to provide the questions and official Government responses to all interested parties.


Question: Can you clarify if all 3 lasers are required or only a subset of these lasers?



Response: The requirement for lasers is at least three wavelengths, however; it does not need to be the three mentioned in the RFQ.


Question: Can you advise if stokes/anti-stokes is a requirement for this system?



Response: The requirement is that the instrument must be capable of simultaneous Stokes+anti-Stokes. If a Stokes-only capability is also present, that is beneficial, but not a requirement.


The due date for receipt of quotations is not extended.


Added: Oct 23, 2018 11:08 am

Please consult the list of

document viewers if you cannot open a file. Attachment 1 - Request for Quotation Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Attachment 1 - Request for Quotation

Posted Date: August 31, 2018



Attachment_1-Request_For_Quotation.pdf (54.50 Kb) Description: Attachment 1 - Request for Quotation



Contracting Office Address: NASA/Lyndon B. Johnson Space Center, Mail Code: BH
Houston, Texas 77058-3696
United States


Place of Performance: 2101 NASA Parkway
Houston, Texas 77058-3696
United States


Primary Point of Contact.: Ashley N. Alessandrini, Contracting Officer

[email protected] Phone: 281-244-8262