Federal Bid

Last Updated on 26 Feb 2008 at 5 AM
Combined Synopsis/Solicitation
Bureau Illinois

66 -- Goniometers

Solicitation ID SB1341-08-RQ-0023
Posted Date 25 Jan 2008 at 5 AM
Archive Date 26 Feb 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Bureau Illinois United states 20899
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIALITEMS 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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. THE CONTRACTING OFFICER IS SOLICITATING FAR PART 13.5 PROCUREMENT UNDER FAR PART 13.5 WITH THE UNDERSTANDING THAT THIS HAS BEEN EXTENDED BEYOND JANUARY 01, 2008. SHOULD THIS INFORMATION BE INCORRECT, THIS SOLICITATION WILL BE CANCELLED AND REISSUED UNDER FAR PART 15. ***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) 2005-21.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** ***The National Institute of Standards and Technology is seeking to purchase Huber Goniometers or EQUIVALENT. ****All interested Contractor?s shall provide a quote for the following: Background: The NIST Center for Neutron Research (NCNR) is a large laboratory facility that owns and operates a heavy water moderated nuclear test reactor surrounded by a suite of instruments and several neutron guides that lead into an associated guide hall research facility. The combined research facility is used to perform a broad array of state-of-the-art Biology, Materials, Chemistry, and Physics research by measuring the interaction of radiation with various materials to study their structure and properties. Some of the research performed at the NCNR is fundamental in nature, other research is directly applicable to problems of immediate societal interest. The NCNR is expanding its research facility with four new Neutron Research Beamlines. In order for this to happen the existing Guide Hall needs to expand. An 80? x 200? addition is planned to accommodate the new Beam Lines. One of the new instruments that will be located in the new guide hall will be a Chromatic Analysis Neutron Diffractometer or Reflectometer (CANDOR). The CANDOR instrument will be located at the end of the NG-1 guide tube and will utilize the full guide cross-section (6 cm wide by 15 cm high). Goniometers are required to move and manipulate the sample stage for the CANDOR instrument. ALL OFFERORS SHALL SUBMIT QUOTES THAT ARE VALID UNTIL AT LEAST MARCH 15, 2008. Line Item 0001: Quantity One (1) Huber Goniometer Head 5204.2, Part Number D5204.2NM, or EQUIVALENT, which shall meet or exceed the following salient characteristics: 1) Plus or minus 20 deg 2) Table dimensions: 250mm x 250mm. 3) X-Y plus or minus 15mm. 4) Load capacity 200 kg. 5) Non-magnetic drive spindles and dowel pins but standard bearings. 6) Mounting area: 250 mm x 250 mm 7) Travel (ang range): plus or minus 15 mm (12) 8) Weight: 26 kg excl. motor 9) Spindle slope: 2 deg/T 10) Non-magnetic version Line Item 0002: Quantity One (1) Huber Circle Goniometer 430, Part Number D5430NM, or EQUIVALENT, which shall meet or exceed the following salient characteristics: 1) Must have non-magnetic bearings 2) Must have a non-magnetic worm shaft 3) Screws and bolts must be stainless steel 4) Top plate stainless non-magnetic steel V4A 5) Must have a non-magnetic base plate 6) Load Capacity: 6600N 7) Accuracy: less than 20 arcsec 8) Repeatability: less than 2 arcsec 9) Reversal Error: less than 4 arcsec 10) Mounting Surface Diameter: 400mm 11) Worm Gear: 360:1 12) No motor, non-magnetic version Line Item 0003: Quantity One (1) Huber Circle Goniometer 480, Part Number D5480NM, or EQUIVALENT, which shall meet or exceed the following salient characteristics: 1) Must have non-magnetic bearings 2) Must have a non-magnetic worm shaft 3) Screws and bolts must be stainless steel 4) Top plate stainless non-magnetic steel 5) Must have a non-magnetic base plate 6) Load Capacity: 11600N 7) Accuracy: less than 20 arcsec 8) Repeatability: less than 2 arcsec 9) Reversal Error: less than 4 arcsec 10) Mounting Surface Diameter: 800mm 11) Worm Gear: 360:1 12) No motor, non-magnetic version ***The Contractor shall state the warranty coverage provided for the instrumentation..*** ***Delivery shall be provided not later than 4 months after receipt of an order. 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, and 3) Price. Technical capability and past performance, when combined, shall be equal to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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. ***The following clauses apply to this acquisition: 52.211-6 Brand Name or Equal; 52.204-7 Central Contractor?s Registration (CCR) Database; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preferences for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in it?s offer); (7) 52.219-8, Utilization of Small Business Concerns; (10) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its? offer); (14) 52.222-3, Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); (25) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Act (NOV 2006); (26) 52.225-13 Restriction on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.232-18 Availability of Funds (APR 1984) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a 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) ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s), and 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. ***All quotes shall be received not later than 3:00 PM local time, on February 11, 2008, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ [email protected]. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Jan 2015 at 1 PM
Pax West virginia 30 May 2018 at 11 PM
Location Unknown 28 Aug 2012 at 10 PM
Natchitoches Louisiana 29 Jul 2014 at 3 PM
Cleveland Ohio 26 Aug 2011 at 1 PM

Similar Opportunities

Oklahoma 13 Jul 2025 at 4 AM (estimated)
Oklahoma 13 Jul 2025 at 4 AM (estimated)
Wyoming 01 Dec 2025 at 5 AM (estimated)
Boulder city Nevada 22 Jul 2025 at 9 PM