***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. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS.*** This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14.***
*** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, This acquisition is unrestricted and all responsible parties may submit a quote.*** ***The National Institute of Standards and Technology (NIST) Ceramics Division has a requirement for a Nanoindentation System. The instrument will be used for basic research in the deformation of materials at the nanoscale, in support of nanomechanic projects at the National Institute of Standards and Technology Ceramics Division. The instrument will perform nanoindentation on specimens with a Phillips, Model 430 Transmission Electron Microscope (TEM), allowing the real-time observation of the specimen deformation in areas where the specimen is electron-transparent.*** ***All interested parties shall provide a quote for the following line item: Line Item 0001: Nanoindentation System meeting or exceeding the following required specifications: (1) Ability to perform in situ nanoindentations in the image field of a Philips 430 TEM; (2) Maximum indentation force achievable: at least 100 micronewtons; (3) Force Resolution: 0.1 micronewton or better; (4) Accommodation of various indenter tip geometries, including Berkovich and spherical; (5) Coarse positioning of relative tip/sample separation: minimum travel of
1 mm in Z direction (probe axis direction); up to 2 mm travel in X and Y directions; (6) Fine positioning of tip/sample separation: a minimum of 10 Micrometers travel in X and Y, 1.0 micrometer in Z. Resolution in fine positioning for X, Y and Z directions must be better than 1 nm; (7) System shall include computer control and data acquisition to control the operation of the indenter and the collection, storage and analysis of force-displacement data; (8) Shall include on-site installation and training. Training shall be for Two (2) employeesâ and shall be a minimum of Two (2) days and, (9) Shall have at least a One (1) year warranty covering all parts and labor.*** ***The Contractor shall state the warranty coverage provided for line item 0001.*** ***Delivery shall be FOB Destination and shall be completed not later than 12 months after receipt of an order. 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.*** ***Award will be made to the Contractor whose quote offers the best value to the Government, technical, 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 will be more important than price. *** ***Past Performance and price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability evaluation factor.*** ***Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the required specifications. *** ***Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b)(10) and/or the quoters recent and relevant procurement history with NIST or its affiliates. Offerors shall provide a list of at least three (3) references to which the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. *** ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items.*** ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and ConditionsâCommercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersâCommercial Items including subparagraphs: 52.212-4 Contract Terms and ConditionsâCommercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersâCommercial 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 Preference for HUB Zone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in itsâ offer); (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 itsâ offer); (13) 52.222-3, Convict Labor; (14) 52.222-19 Child Labor â Cooperation With Authorities And Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act; (24) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (30) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration. 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.*** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) originals of technical description and/or product literature; 3) Description of commercial warranty; 4) A copy of the most recent published price list(s); and 5) One (1) completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov/far.*** ***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Offerors shall ensure the RFQ number is visible on the outermost packaging.*** ***Submission must be received by 3:00 p.m. local (EST) time on August 15, 2003.***FAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED!!!***
Bid Protests Not Available