Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2003 FBO #0581
SOLICITATION NOTICE

66 -- Diode-Pumped, 527 to 532 nm, Kilohertz Nanosecond Pulsed Laser System

Notice Date
7/1/2003
 
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-0587
 
Response Due
7/15/2003
 
Archive Date
7/30/2003
 
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) each Diode-Pumped, 527 to 532 nm, Laser Spectroscopy System to pump a high-output power (greater than 2mJ/pulse), less than 30 fs Ti: Sapphire regenerative amplifier. This laser spectroscopy system will be a key component for acquiring high quality, broadband, THz spectra images of biological samples and others relevant to NIST?s THz Competence Project. The system will also serve as a source of excitation pulses for planned, time resolved, and THz imaging studies. All interested parties shall provide a quote for the following line item: ****LINE ITEM 0001: Quantity one (1) each Diode-Pumped, 527 to 532 nm, Kilohertz Nanosecond Pulsed Laser System with the following required specifications: 1) Solid-state, diode-array pumped Nd: YAG, Nd: YLF, or equivalent, laser medium Q-switched nanosecond laser which delivers greater than 20 watts (20 mJ or higher output at 1 KHz) within a wavelength range of 527 to 530 nm. Frequency doubling may be accomplished with intracavity temperature-stabilized Lithium Borate, or equivalent, crystal. Hermetically sealed, temperature stabilized laser head with no user-adjustable controls and fiber optic connections from diode bar(s) to laser head; 2) User-controlled output power and continuously variable repetition rate from single shot up to 10 KHz range. Reducing output power with minimal change in output beam characteristics, specifically, beam shape, size and pointing stability by lowering diode current. To maximize longevity of the diode bars, maximum rated output power should not require full current. Preference will be given to systems yielding the highest pulsed output power of greater than, or equal to, 20 mJ/pulse within a range of 527 to 532 nm at 1KHz considering lowest total current (1 KHz) and number of diode bars; 3) Output Beam: Single mode, TEMoo, 426 mm diameter (at 1/e squared) collimated output beam with less than 0.5 mrad divergence, M squared less than 1.3 and ellipticity less than 10% in far field. Multi-mode output with power greater than 20 Watts average power at 1 KHz and square (top-hat) beam cross-section, which will also be used for amplifier pumping; 4) Beam center pointing stability less than 5 microrade/degree Celsius; 5) Amplitude noise less than 3% rms over entire 1 to 10 KHz repetition rate. Power Stability drift plus or minus 3 percent or less over a four-hour period; 6) Pulse duration 200 nanoseconds or shorter for pumping a Ti: Sapphire regenerative amplifier rod. Q-switch jitter less than 10 ns with external synchronization output and input signals (TTL) to fire laser or synchronize to external regenerative amplifier timing electronics; 7) Polarization: Horizontal orientation with 100:1 pre-pulse extinction ratio or better; 8) 110 VAC, 60 Hz power consumption; 9.) Power Supply: Air-cooled power supply and laser head preferred over cooling of supply and laser head with an external chilled temperature stabilized water source; 10) Delivery 10 weeks; 11) System manual and all electronics schematics for equipment shall be provided to the Government; 12.) Minimum one (1) year/ greater than 5,000 hours, whichever comes first, on-site warranty covering replacement parts and labor. Preference shall be given to systems with warranties longer than one (1) year/ 5,000 hours. ****DELIVERY SHALL BE FOB DESTINATION and shall be completed not later than ten (10) weeks after receipt of order. 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. The Contractor shall deliver to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall also provide data on diode bar lifetime, with anticipated replacement pricing. [Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above.] Quotes shall clearly identify the maximum performance under those specifications where the Government has identified a preference. In determining best value, the Government will give strongest consideration to output power, warranty, power supply, and diode bar lifetime including replacement cost. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least FIVE (5) 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. ****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable diode-pumped laser systems for the types of applications described herein. Information on past experience may be obtained from references. ****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: 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: (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)with Alternate I; (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 July 15, 2003. FAX AND EMAIL QUOTATIONS SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: NIST, Building 301 Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00361205-W 20030703/030701213339 (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.