Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2003 FBO #0552
SOLICITATION NOTICE

66 -- Tunable, Near-Infrared Femtosecond (fs) Laser System and Accessories

Notice Date
6/2/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-03-Q-0521
 
Response Due
6/16/2003
 
Archive Date
7/1/2003
 
Point of Contact
Erin Hawley, Contract Specialist, Phone 301-975-6304, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
Erin.Hawley@nist.gov, carol.wood@nist.gov
 
Description
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 2001-14. ****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 responsible Parties may submit a quote. ****The National Institute of Standards and Technology (NIST), has a requirement for one (1) tunable, near infrared femtosecond (fs) laser system, including a pump and a Ti-Sapphire oscillator. This laser will be used as part of a coherent anti-Stokes Raman spectroscopy (CARS) system. It will also be used in time-resolved macromolecular dynamics, and holographic grating experiments (the latter using the pump beam). All interested parties shall provide a quote for the following line item: ****LINE ITEM 0001: Quantity one (1) each Tunable, Near Infrared Femtosecond (fs) Laser System with the following required specifications:****Ability to precisely synchronize a second laser system in a ps ? fs, or ps ? ps, configuration; Synchronization for the system must be ? 250 fs or less; Low Noise. Pulse-to-pulse power noise should be no more than 0.2%, over a period on the order of 100 ms. This corresponds to 0.2% noise in a bandwidth of 10 Hz to 80 MHz.; Repetition Rate of at least 76 MHz; Pulse Width- 90 fs at 780 nm; Average Output Power- 1.0 W; Separate CW cavity arm to facilitate alignment and to produce tunable CW output if desired; An auto ranging, five decade fluorescence detector/power meter to facilitate alignment and optimization; A monitor to verify CW spectral content to insure spectral integrity of output and maintain pure modelocked operation; A biased, fast photodiode to provide a synchronization signal for detector triggering; and On-Site installation at NIST*****Specifications for Reliability of Pump Laser*****The system performance must be impervious to humidity swings in the range of (15 to 80)% relative humidity, and temperature swings of ?5?C about a mean; The pump laser should be hermetically sealed so as to prevent dust and excess humidity from entering the cavity and so that no alignment or cleaning of optics is needed; Should include integrated diagnostics to maintain peak performance in the presence of humidity and temperature changes; Diode bar material should have no aluminum in the active area so as to eliminate damage due to oxidation of aluminum at the diode facet; The laser must be passively modelocked and use a variable saturable absorber for preferential control between CW and modelocked operation since this configuration provides a means for controlling loss differential as well as gain differential which is necessary for reliable operation and control of the spectral purity of the modelocked output; The system shall include a starter mechanism, which actively and reproducibly initiates modelocked operation. This system shall include a sensor to automatically restart the system should modelocked operation be interrupted.*****DELIVERY SHALL BE FOB DESTINATION. 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 shall be made to the Party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation.*****Quotations shall include the make and model of the products, manufacturer sales literature or other product literature that clearly documents that the offered products meet or exceed the specifications stated above.*****Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10). Interested Parties shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. 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 and clauses apply to this acquisition: ***** Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***** Clauses: (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; (5) 52.219-8, Utilization of Small Business Concerns; 52.212-4, Contract Terms and Conditions?Commercial Items; (8) 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (19) (i) 52.225-3, Buy American Act?North American Free Trade Agreement?Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note); (21) 52.225-13, Restrictions on Certain Foreign Purchases; (24) 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm.*****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far.***** All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Erin M. Hawley, Building 301, Room B175, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571.***** Submission must be received by 3:00 p.m. local time on June 16, 2003. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: NIST, 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00337636-W 20030604/030602213154 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.