Federal Bid

Last Updated on 05 Oct 2013 at 8 AM
Combined Synopsis/Solicitation
Bureau Illinois

Particle Counter

Solicitation ID SB1341-13-RQ-0875
Posted Date 05 Sep 2013 at 2 PM
Archive Date 05 Oct 2013 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
AMENDMENT 002
  The above referenced solicitation is hereby amended to extend the due date for quotations.
   The due date for quotations is hereby extended through September 11, 2013, at 3:30 PM Eastern Time.
 
                              END OF AMENDMENT

THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS 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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-69.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested offerors may submit a quote.

BACKGROUND
The Biomaterials Group of the Biosystems and Biomaterials Division, part of the National Institute of Standards and Technology's (NIST's) Material Measurement Laboratory (MML), develops and provides methods, reference materials, and reference data for characterizing interactions of materials and biological systems. To fulfill this mission, robust characterization of cell samples is required. The acquisition of an instrument to quantify the concentration and volumetric size distribution of biological and other samples (including mammalian and bacterial cells) is required. This measurement capability is critical to ongoing and future work within the Group.

The required equipment is an instrument that measures concentration and volumetric size of mammalian cells, bacterial cells, and other particles suspended in solutions. The specifications for the instrument are based upon general requirements for counting and sizing various types of cells and cell aggregates (referred to as "particles" in the specifications under Line Item 0001).

LINE ITEMS
All interested quoters shall provide a quote for all of the following line items:

LINE ITEM 0001: Quantity one (1) each Particle Counter. The system must meet all of the required specifications identified herein.

1. The measurement technology must provide concentration and volumetric size distribution of particles suspended in a liquid in a high throughput manner using fluid flow.

2. Regarding particle concentration, the instrument must be able to both count the particles within a sample and measure the sample volume evaluated in order to determine the concentration of particles (e.g., number of particles per volume) in the sample.

3. The volumetric pump accuracy must be at least 99.5%.

4. Regarding particle volume, the instrument must measure the volume of each particle in order to also provide the full distribution of particle volumes for a given sample.

5. The instrument must be able to measure particles from 0.15 µm2 to over 1.5x106 µm2 in particle volume.

6. Particle properties, such as color, shape, composition and refractive index, must not affect the particle concentration and volume results. Examples of properties that may vary for samples include particle aspect ratio, particle chemistry, cell viability, etc.

7. The measurement must not require modification (i.e., fluorescent labeling) of the particles.

8. The instrument must include one aperture tube for each of the following aperture sizes: 20 µm, 30 µm, 50 µm, 70 µm, and 100 µm. These tubes are required in order to measure various cell types and their aggregates.

9. The instrument must include a set of size standards (i.e., polymer beads of a certified size) that can be used for size calibration.

10. The instrument must have the capability of mixing the sample during the measurement to avoid the settling of particles.

11. The instrument package must include a computer and necessary software to collect and analyze data. This computer and software must meet the minimum required specifications from the instrument manufacturer. In addition, the computer must have the necessary hardware to support Windows 7 and must be operable on the Windows 7 operating system.

12. The instrument must operate on 115 V/ 60 Hz electrical power.

LINE ITEM 0002: INSTALLATION
The Contractor shall provide installation for the particle counter. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of all specifications, and removal of all trash. The Contractor shall provide any specialty tools or equipment needed for the installation, adjustment, and/or start-up of the equipment. Qualified personnel must complete the installation.

LINE ITEM 0003: TRAINING
The Contractor shall schedule and facilitate a training session for three (3) NIST personnel, on-site at NIST Gaithersburg. The training shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting.

Installation and training must be scheduled, in advance, with NIST personnel. Training may be conducted immediately following completion of installation, but not later than 30 days after successful completion of installation and demonstration of specifications.

LINE ITEM 0004: WARRANTY
The Contractor shall provide, at a minimum, a one year warranty for the equipment. Warranty shall include all parts and labor. Warranty shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel costs shall be included in the warranty. If return to vendor, all shipping charges and all responsibility for the shipments to and from NIST, shall be the responsibility of the Contractor.

Warranty service must be provided Monday through Friday during normal working hours. Warranty service outside of normal working hours is not required.

DELIVERY
Delivery, installation and training shall be completed not later than 90 days from the date of award.

Delivery terms 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 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 OF QUOTATIONS
Award will be made on a technically acceptable/low price basis.

Technically acceptable means the quoted equipment meets all required specifications.

PROVISIONS AND CLAUSES
The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation.
The following provisions apply to this acquisition:
52.212-1, Instructions to Offerors - Commercial; and
52.212-3, Offeror Representations and Certifications - Commercial Items.

In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, a written submission is required.

The following clauses apply to this acquisition:
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:
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
52.219-28, Post Award Small Business Program Rerepresentation
52.222-3, Convict Labor
52.222-19, Child Labor--Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
52.222-37, Employment Reports on Veterans
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.247-34 FOB Destination; and
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.

REQUIRED SUBMISSIONS
All quoters shall submit the following:
1) An original and one copy of an FOB Destination price quotation which addresses all Line Items;

2) Two (2) originals of technical description and/or product literature. 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 minimum specifications stated herein. It is the responsibility of the quoter to ensure that all minimum specifications are clearly documented;

3) A description of the proposed warranty;

4) 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)

5) The DUNS number for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov when the quotation is submitted to be considered for award;

6) The name of the manufacturer, business size of the manufacturer and the city and state of manufacture for the quoted equipment.

All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging.

Submission must be received by 3:30 p.m. local time on Wednesday,
September 11, 2013. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED. E-mail quotes will be considered received when they enter into the electronic inbox of Carol Wood.

Bid Protests Not Available

Similar Past Bids

Gaithersburg Maryland 01 Apr 2002 at 5 AM
Institute West virginia 25 Jul 2016 at 3 PM
Bremerton Washington 11 May 2021 at 3 PM
Tinker air force base Oklahoma 13 Jan 2014 at 8 PM
Lakehurst New jersey 19 Apr 2013 at 7 PM

Similar Opportunities