Federal Bid

Last Updated on 20 Aug 2016 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Vibrationally Isolated Optical Tables

Solicitation ID NHLBI-CSB-EB-2016-235-KMA
Posted Date 28 Jul 2016 at 8 PM
Archive Date 20 Aug 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Heart, Lung And Blood Institute, Rockledge Dr. Bethesda, Md
Agency Department Of Health And Human Services
Location United states
COMBINED SYNOPSIS / SOLICITATION
WORKFORM

(1) Action Code: Combined Synopsis/Solicitation

(2) Date: July 28th

(3) Year: 2016

(4) Contracting Office Zip Code: 20892

(5) Classification Code: 6640 - Laboratory Equipment and Supplies

(6) Contracting Office Address:

6701 Rockledge Drive
Rockledge II
Bethesda, MD 20892

(7) Subject/Title: Vibrationally Isolated Optical Tables

(8) Proposed Solicitation Number: NHLBI-CSB-EB-2016-235-KMA

(9) Closing Response Date: August 5th, 2016

(10) Contact Point: Kevin Alvarez, Contract Specialist

(11) Contract Award and Solicitation Number: TBD

(12) Contract Award Dollar Amount: TBD

(13) Contract Line Item Number(s): Line Item 1: Optical tables and overhead shelves

(14) Contractor Award Date: TBD

(15) Contractor Name: TBD

(16) Description: The National Institute of Biomedical Imaging and Bioengineering's (NIBIB) Advanced Imaging and Microscopy (AIM) Resource is a trans-NIH shared resource that operates, maintains, and improves experimental prototype microscopes that have been developed at the NIH. The microscopes that are housed in this facility require precise alignment and are extraordinarily sensitive to vibration. Therefore, obtaining the best possible data for the Resource's users requires that these microscopes be constructed on vibrationally damped optical tables. The purpose of this acquisition is to procure vibrationally isolated optical tables for the Advanced Imaging and Microscopy Resource. The Resource requires four (4) 4'x6' tables and two (2) 4'x10' tables, as well as pneumatic vibration isolation systems and overhead shelves for all tables.

(i) "This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued."

(ii) The solicitation number is NHLBI-CSB-EB-2016-235-KMA and the solicitation is issued as a request for quote (RFQ).

(iii) The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 14 JUL 2016.

(iv) The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard is 1000 employees. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.5.

(v) The Contractor Requirements are listed below:

• The contractor shall provide four (4) 4'x6' tables and two (2) 4'x10' tables, as well as pneumatic vibration isolation systems and overhead shelves for all tables. The tables provided must meet the following criteria:
o Double density hole tapping. In order to enhance the flexibility of placement of optical components on the table, a double 1" square lattice of tapped holes is required.
o Combined fine-tuned and broadband vibrational damping. In order to maximally attenuate vibration caused by the environment, the pneumatic isolation system must damp broadly across the frequency spectrum as well as acutely at the resonance frequencies of the optical table.
o Mechanical robustness. The tables must have sealed holes, high shear and bond strengths, and a fast thermal stabilization time.

(vi) Delivery Date:

The required products shall be delivered 4 weeks after receipt of award.

(vii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.

(viii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers:

Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides the overall best value to the Government, technical, past performance, and cost evaluation factors considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical and Past Performance evaluation factors are more important than cost. Total points: 100

1. Technical Evaluation factors (60 points)

a. Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications.

2. Past Performance (40 points)

a. Provide customer surveys or other applicable past performance questionnaires demonstrating work performed relating to the required tasks and services. A list of Purchase Orders and or Contracts providing for services over the past three (3) years may be provided if no applicable surveys or questionnaires are obtainable. If no past performance documents are provided the Contract Officer will base the past performance score on the contracting officer's knowledge of and previous experience with the supply or service being acquired.

(x) FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision.

(xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.

(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions:

i. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post Award Small Business Program Representation
ii. 52.233-3, Protest After Award
iii. 52.233-4, Applicable Law for Breach of Contract Claim
iv. 52.222-3, Convict Labor
v. 52.222-21, Prohibition of Segregated Facilities
vi. 52.222-26, Equal Opportunity
vii. 52.222-36, Equal Opportunity for Workers with Disabilities
viii. 52.222-50 Combating Trafficking in Persons
ix. 52.225-13, Restrictions on Certain Foreign Purchases
x. 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
xi. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
xii. 52.244-6, Subcontracts for Commercial Items
xiii. 52.2232-39, Unenforceability of Unauthorized Obligations

(xiii) All responses must be received by August 5th, 2016 at 9:00 AM and must reference number NHLBI-CSB-EB-2016-235-KMA. Responses may be submitted electronically to [email protected] or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6127, Bethesda, MD 20892-7902, Attention: Kevin M. Alvarez. Faxed responses will not be accepted.

Bid Protests Not Available

Similar Past Bids

Bureau Illinois 03 Feb 2011 at 6 PM
Gaithersburg Maryland 18 Feb 2020 at 9 PM
Bureau Illinois 03 May 2012 at 10 AM

Similar Opportunities