The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, May 18, 2012.
The associated North American Industry Classification System (NAICS) Code is- 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 employees. This combined synopsis/solicitation is set-aside for Small Business.
Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on June 1, 2012 to [email protected], Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration (FDA), OO/OFBA/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502.
PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below.
When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time.
For information regarding this solicitation, please contact Howard Nesmith by e-Mail at [email protected].
The Food and Drug Administration is soliciting for a High Resolution Metal Sputtering Device for Specimen Preparation for Scanning Electron Microscopy (SEM). Any award(s) resulting from this solicitation is contingent on the availability of funds within the 2012 Fiscal Year and as such prices shall be firm through September 30, 2012.
Overall Requirements
- The system must be adequate for the preparation of samples for field emission gun SEM (FESEM) specimens
- The device shall be small enough to be classified as a table top model and because of space and placement constraints, the unit must be light weight with a weight of no more than 90 lbs
- In order to view specimens that are smaller than 10 nm, the system shall have the ability to deposit a coating thin enough not to significantly increase the size of the specimen also known as a high resolution coating. For this reason, the device must employ a thickness controller capable of depositing a film at a minimum of 0.1 nm
- In order to handle the argon gas processing during its sputtering operation, the coater shall have a high through-put Molecular Drag Pump (MDP) for proper handling of the low vacuum argon environment required for high resolution metal deposition
- In order to achieve the most complete coverage of the specimen during sputtering, the unit shall have a rotary planetary tilting stage to reach every exposed crack and crevice of the specimen during the coating process
- Shall be robust enough to operate for extended periods of time
- Shall include on-site installation and training as an option
Item #1
High Resolution Sputter Coater for FE Scanning Electron Microscope (SEM) Specimen Preparation w/Oil-Free Pumping System and with Rotary/Planetary/Tilting Sample Stage
- Quotes shall contain two references of users of same make and model being quoted
Quantity - 1
*Unit Price: _____________________
*Price shall be inclusive of all shipping costs
GSA Contract Number (if applicable): ________________________
Item #2
On-Site Installation and Instructional Training
Quantity - 1
Unit Price: _____________________
Item #3
Accessories
1 - AC Adapter for RPT Stage, 115V
1 - Large Sample Adapter for RPT Stage
1 - Bell Jar Cleaner 14 oz.
1 - Spare Thickness Monitor Crystals, pk/10
*Unit Price: _____________________
*Price shall be inclusive of all shipping costs
FOB Destination - U.S. Food and Drug Administration, National Center for Toxicological Research (NCTR), 3900 NCTR Road, Jefferson, AR 72079.
Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized.
An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.
The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation.
The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows:
The Government will award the purchase order to the responsible offeror who offer conforming to the solicitation will be the most advantageous to the Government on price and other factors considered. The following factors shall be used to evaluate offers:
(i) Technical capability of the items offered to meet the Government's requirement.
(ii) Price.
The government will award the purchase order to the lowest price technically acceptable quote.
Technical capability will be determined by review of information submitted by the quoter, which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirements.
The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror.
The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov.
The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33.
Clauses and provisions incorporated by reference can be obtained at https://www.acquisition.gov/far.
A standard commercial warranty of no less than 12 months.