Portable Benchtop X-Ray Diffractometer (№10694982)

23 oct

Number: 10694982

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


Portable Benchtop X-Ray Diffractometer Solicitation Number: 1333ND18QNB640453
Agency: Department of Commerce
Office: National Institute of Standards and Technology (NIST)
Location: Acquisition Management Division

Solicitation Number: 1333ND18QNB640453

Notice Type: Award

Contract Award Date: September 20, 2018

Contract Award Number: 1333ND18PNB640644

Contract Award Dollar Amount: $74998.79

Contractor Awarded Name: Malven Panalytical

Synopsis: Added: Aug 18, 2018 7:29 pm COMBINED SYNOPSIS/SOLICITATION 1333ND18QNB640453
Portable Benchtop X-Ray Diffractometer

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 under the authority of FAR Part 13, Simplified Acquisition Procedures.


This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99, effective 8/16/2018.


The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000 Employees. This is a full and open competition procurement.


The Microscopy and Microanalysis Research Group (MMRG) of the Materials Measurement Science Division (MMSD) performs fundamental research, and develops metrology towards the compositional and morphological characterization of materials from the mesoscale to the atomic scale using electron, ion, and photon interactions with matter; detailed measurements, comprehensive analysis and modeling, and theoretical methods serve to advance microanalysis to address stakeholder needs in diverse areas of materials science.


A portable, benchtop X-Ray Diffraction (XRD) characterization tool will provide MMRG with a mobile platform for materials identification in support of other agency customer needs, and in the groups projects with everything from medical, to health and safety, to forensics science. Furthermore, the instrument will provide as an in-house reference instrument for comparative instruments used by law enforcement, and geological research customers where accurate materials identification are needed on remote or time critical drivers.


Therefore, to continue mission requirements MMRG must purchase a portable, benchtop X-Ray Diffractometer with an integrated sample changer. The XRD shall be mobility designed and the instrument chassis must meet safe radiation shielding guidelines, in accordance with the Statement of Work (SOW).


The period of performance for the line item shall be in accordance with the following:


Line Item 0001: Delivery of One (1) X-Ray Diffractometer, meeting all the specifications in accordance with the SOW, inclusive of F.O.B Destination, Shipping, and One (1) year Warranty.



Delivery


The XRD must be delivered within 120 days of the date of award. The items shall be shipped F.O.B Destination to:


The National Institute of Standards and Technology
Building 301, Room B129
Gaithersburg, Maryland 20899


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 CRITERIA AND BASIS FOR AWARD


The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest priced, technically acceptable quotation.


Technically acceptable means that the Contractor provides a XRD, meeting the requirements in the SOW, and the requirements of the Line Item. If a Contractor does not indicate how its proposed instrument meets a certain minimum requirement, NIST will determine that it does not.


Price will be evaluated to determine that the total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government.


REQUIRED SUBMISSIONS
All Contractors shall submit the following:


1. For the purpose of evaluation of Technical Acceptability: Documentation including system requirements that confirms the contractor has demonstrated the ability to deliver the XRD instrument, specified in the statement of work. Contractors shall include a copy of the quoted system"s manufacturers specifications.


2. Contractors shall provide a Firm-Fixed price quotation for the XRD, to complete the requirements of the SOW. Pricing shall be as follows:


CLIN 0001, Firm-Fixed Price (BASE LINE ITEM):
Delivery of the X-Ray Diffractometer, meeting all specifications, in accordance with the SOW, inclusive of F.O.B Destination, Shipping and One (1) year Warranty. $__________________total firm-fixed price.


3. A complete version of all required solicitation provisions (see attached provisions/clauses document - required submissions highlighted in blue).



4. If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor 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." [Contractor shall list exception(s) and rationale for the exception(s)].


It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor"s acceptance of the Government"s terms and conditions for inclusion into the resultant purchase order.


5. Quoters shall provide an active DUNS# for the System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award.


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 a contractor 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 contractor"s FSS or GWAC contract, and the statement required above shall be included in the quotation;



DUE DATE FOR QUOTATIONS



E-mail quotations are required. All quotations must be submitted via e-mail to Tish Walker, Contract Specialist at [email protected] Submission must be received not later than 10:00 a.m. Eastern Time on September 3, 2018. A quotation shall be considered received when it is received in the electronic inbox of Tish Walker, not later than the date and time identified herein.



All questions regarding this notice must be submitted via e-mail to [email protected] by 5:00 p.m. Eastern Time on August 24, 2018. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline.



PROVISIONS AND CLAUSES:
The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/.


ATTACHMENTS:



The following attachments apply to this solicitation:
1. Statement of Work
2. Applicable Clauses & Provisions





Please consult the list of

document viewers if you cannot open a file. Statement of Work Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Statement of Work

Posted Date: August 18, 2018



Statement_of_Work.docx (21.52 Kb) Description: Statement of Work

Provisions_and_Clauses_-_XRD.docx (25.98 Kb) Description: Provisions and Clauses



Contracting Office Address: 100 Bureau Drive, Building 301
Room B130
Gaithersburg, Maryland 20899-1410
United States


Primary Point of Contact.: Latish Walker, Contract Specialist

[email protected] Phone: 3019750474

Secondary Point of Contact: Wendy Paulo, Contracting Officer

[email protected] Phone: 3019753976